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