Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2004 FBO #1018
SOLICITATION NOTICE

58 -- CHEMICAL WARFARE AGENT AIR MONITORING SYSTEM AND ACCESSORIES

Notice Date
9/7/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-04-T-0753
 
Response Due
9/17/2004
 
Archive Date
11/16/2004
 
Point of Contact
Brenda Fletcher, 410-278-0876
 
E-Mail Address
Email your questions to ACA, Aberdeen Proving Ground
(brenda.j.fletcher@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 combined synopsis/solicitation number is W91ZLK-04-T-0753. The associated North America Industry Classification System (NAICS) Code is 334516 and the Business Size Standard is 500. The contractor shall provide the following chemical warfare agent air monitoring systems and accessories. The automated air monitoring and alarm system based on sample collection using solid sorbents serparation using a temperatuire programmed, capillary GC column, and detection using a flame ionization or flame-photometric detector. The system shall be controlled by a PC computer that provides the flexibility suitable for the operation of accessories such as the stream selection system, and sample selection system. The system must use software developed by CMS for test setup, data acquisition and data reduction shall be able to run on the PC. All of the instrument operating parameters shall be able to set up by the user from the keyboard of the computer. Concentration readings and alarm conditions shall be indicated on the PC monitor and shall be transmitted to a recorder, printer, hard or floppy disk and a central computer. This system shall be capable of rapid determination of the 8-hour, time weighted- average (TWA) concentrations of chemical-warfare (CW) agents and simulants. The systems shall be able to determine immediately dangerous to life and health (IDLH) concentrations of CS agents. The referenced part numbers are those of CMS Field Products a nd are being solicited on a Brand Name or Equal Basis. The characteristics are intended to be descriptive, but not restrictive. Unless clearly marked that the vendor is quoting on an equal the offered item shall be considered as the brand name product re ferenced in this announcement. If the vendor proposes to furnish an equal product, the brand name of the product to be furnished shall be inserted on the proposal. CLIN 0001 Qty 7 EA, Series 3001 Field MINICAMS, including GC module (XSD-101)with a Halo gen Specific Detector (XSD) detector, solid-sorbent sampling, a single-channel electrometer, a sample pump, compressed-gas regulators, a chassis (with connectors for serial and parallel communications, and a disk drive) cables, a manual, a small stock of e xpendable supplies, and two (2) days of training for two staff up to a maximum of six (6) people per customer order, all trained simultaneously at contractor site for HD and Lewisite monitoring. Part # FM-3001XSD. CLIN 0002 Qty 7 EA, Mass Flow Controller, 2 lp m, air PART # LMFC-002-M. CLIN 0003 Qty 7 EA CHROM-LINK air-monitoring data acquisition and control system including notebook computer, proprietary software and cable PART # CHL-100. CLIN 0004 Qty 7 EA Lewisite monitoring option including an alum inum probe and necessary fittings, a temperature and flow controller, 6-ft probe and controller harness, EDT regulator, one package (10 each) of Lewisite reactor tubes for Series 3000 and 3001 MINICAMS equipped with the halogen-specific detector (XSD) Part # LEW-051. CLIN 0005 Qty 1 PKG Preconcentrator tube, MINICAMS , HayeSepD, pkg. of 1000 Part # PBH-103. CLIN 0006 Qty 1 PKG Lewisite reactor tube, pkg. of 1000 Part # LRT-103. Acceptance shall be at Destination. Shipping shall be FOB Destination. Deli very shall be to the U.S. Army, Aberdeen Proving Ground, MD 21010. The following clauses will be incorporated by reference. 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment. 52.211-6 Brand Name or Equal, 52.212-4 Contract Terms and ConditionsCommerical Items, 52.223-11 Ozone-Depleting Substances, 52-247-34 F.O.B. Destination, T he provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation--Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of tha t provision are as follows: Technical, past performance and price. Technical and Past Performance when combined are significantly more important than cost or price. The government is not responsible for locating or securing any information, which is not i dentified in the proposal. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the offeror to meet th e delivery schedules, warranty, and support. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the ri ght to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer. T he clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so ind icate in its offer), FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); FAR 52.219-14 Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)); FAR 52.222-19 C hild Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disa bled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999). DFAR clause Contract Terms and Conditions required to Implement Statutes or Executive Orders a pplicable to Defense Acquisitions of Commercial Items (Jun 2004). The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities, 252.232-7003 Electronic Submission of Payment Requests (Jan 2004)(10 U.S.C. 2227). The full t ext of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, http://www.arnet.gov/far, and http://www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail or fax July 26, 200 4 no later than 3:30 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Brenda Fletcher), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to a ward will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Brenda Fletcher, Contract Specialist via fax (410)306-3717, or via email brenda .j.fletcher@us.army.mil.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00666373-W 20040909/040907212205 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.