Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 28,1999 PSA#2376

U.S Customs Service, 6026 Lakeside Blvd. ATTN: FPSG, Indianapolis, IN 46278

66 -- PURCHASE OF ONE NUCLEAR MAGNETIC RESONANCE SPECTROMETER SOL CS-I-99-013 DUE 072099 POC Eva Roberts, Contract Specialist, 317-298-1180x1127, Lee Sullivan, Contracting Officer, 317-298-1180x1119 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number, CS-I-99-013, is issued as a request for proposal, and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 97-11. The standard industrial classification code is 3826, with a small business standard of 500 employees. Contract line item 0001 is one nuclear magnetic resonance, NMR, 400 MHZ, spectrometer. The instrument shall be a new, commercial available model, currently in production. It shall be used to analyze organic and inorganic compounds both pure and in the form of mixtures, polymers (blends), and solids of the aformentioned types. The NMR will also be capable of water suppression of aqueoussamples within a certain degree. The instrument will be a 400 MHz Fourier Transform NMR capable of proton and carbon observation and decoupling, with capability of observing all of the other elements which have nuclei capable of being detected by NMR (broadband system). It will also be capable of being upgraded for variable low temperature analyses. The contractor shall provide a commercial price list identifying each item in the proposal. Delivery and installation shall be FOB destination inside consignees premises. Contractor shall deliver the equipment to the U.S. Customs Laboratory, ATTN: Mr. Michael Kraich, Room 867, 6 World Trade Center, New York, N.Y., 10048, 120-160 days after award of contract. The contractor shall provide a training syllabus with the training to the manufactures facilities. The contractor shall provide two copies of descriptive literature with their proposal and provide two manuals with the equipment. Also, the contractor shall provide a copy or description of the the warranty withtheir proposal. Further information for the Statement of Work/Specifications will be provided upon request. Solicitation can be requested from Eva Roberts, Contract Specialist, U.S. Customs Service, Field Procurement Services Group, 6026 Lakeside Boulevard, Indianapolis, Indiana 46278. The following FAR clauses and provisions apply: FAR 52.212-1, Instructions to Offerors -- Commercial Items; FAR 52.212-2, Evaluation -- Commercial Items; with the following evaluation criteria; award will be made to a technically acceptable offeror at fair and reasonable prices. Past performance is also an evaluation criteria. The information to be provided for past performance is as follows: Offerors must include information sufficient to identify and describe their previous experience in industry or government (federal, state, and local) similar to tasks included in the Specification/Statement of Work. Project summaries must describe work done during the last three years or currently underway, up to a maximum of five years. The list should be in chronological order, beginning with the most recent project and continuing backwards. Offerors that are newly formed entities without prior contracts should list contracts and subcontracts as required for all key personnel. Projects shall be identified with the name(s) of individual(s) who work on them. Information on past or current relevant contracts must be submitted according to the following format: (a) Project or contract title, (b) Contract number, (c) Contract type, (d) Contract period of performance, (e) Total contract value (including options) (f) Brief description of contract work, including number of locations served and overall workload per location, (g) Two contact references (Contracting Officer and Program Manager or COTR). List name, title, address, and phone number. Also include the name, address, and phone number of the Small Business Specialist, if a subcontracting plan was required to be submitted, (h) List of major subcontractors on the project ($500,000 or more), (i) List of major problems/corrective actions, if any, and (j) Quality certifications/awards. (Identify appropriate office receiving award.) Past performance will be evaluated based on the following criteria: (1) quality of product, (2) timely performance/delivery schedule, and (3) overall customer satisfaction. The government may use past performance information obtained form other than the sources identified by the offeror. Information will be used for the responsibility determination. In addition, the contractor shall provide a minimum of four contracts and subcontracts completed and/or currently in progress during the past three years that are similar to the solicitation Specifications/Statement of Work. Offerors who are newly formed entities without prior contract should list contracts and subcontracts performed by key personnel. Projects shall be identified with the name(s) of individuals(s) who work on them. Prospective offerors/contractors without a record of relevant past performance or for whominformation on past performance is not available, the offeror may submit relevant past performance for their key personnel. In addition, the prospective offer/contractor may submit performance history on non relevant contracts. Regardless of the available information, the prospective offeror/contractor who does not have a record of past performance will not be evaluated favorably or unfavorably on past performance; 52.212-3, Offeror Representations and Certifications -- Commercial Items; 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executives Orders -- Commercial Items, will apply to the resultant contract; 52.203-6, with Alternate 1, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3, Buy American Act -- Supplies, and 52.232-34, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration. This acquisition is being made under full and open competition procedures. All offerors must include a completed copy of FAR 52.212-3 with their response. Because this is a commercial item FAR 12.603(c)(3)(ii) will be used for establishing the solicitation response time. Offers are due to the Contracting Officer on July 20, 1999, 2:00 p.m., local time, at the U.S. Customs Service, Field Procurement Services Group, ATTN: Eva Roberts, 6026 Lakeside Boulevard, Indianapolis, Indiana, 46278. All responsible sources may submit an offer which shall be considered by the U.S. Customs Service. Posted 06/24/99 (I-SN346890). (0175)

Loren Data Corp. http://www.ld.com (SYN# 0327 19990628\66-0005.SOL)


66 - Instruments and Laboratory Equipment Index Page