Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2004 FBO #1028
SOLICITATION NOTICE

66 -- Nal Analysis System

Notice Date
9/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, Building 1500 Code 530, 2nd Floor, Portsmouth, VA, 23709-5000
 
ZIP Code
23709-5000
 
Solicitation Number
N00181-04-Q-E053
 
Response Due
9/22/2004
 
Archive Date
10/7/2004
 
Description
Fleet and Industrial Supply Center, Norfolk Naval Shipyard Annex intends to procure on a sole source basis with Canberra Industries, Inc. a Genie/PROcount Nal Analysis System to include various accessory items and maintenance services. This is a combined synopsis/solicitation for commercial supplies prepared in accordance with FAR Part 13 utilizing the format set forth in FAR Subpart 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. The applicable solicitation number for this Request for Quotation is N00181-04-Q-E053. The applicable NAICS is 334516 with a size standard of 500 employees. FISC Norfolk Naval Shipyard Annex anticipates awarding a firm fixed-price purchase order for the following items: CLIN 0001 - Photomultiplier Tube Base with Preamplifier and 10 foot preamp cable, Canberra Model #2007P - Quantity of 6 each; CLIN 0002 - Modular Lead Shield (6" ID X 10" Deep X 4" Wall Thickness), Canberra Model #707M - Quantity of 1 each; CLIN 0003 - Multi-Channel Analyzer Card with ADC, Amplifier and HVPS, Canberra Model #ASA-100 - Quantity of 6 each; CLIN 0004 - BNC signal cable, 10 foot in length, Canberra Model #C120-10 - Quantity of 5 each; CLIN 0005 - High Voltage Cable, 10 foot in length, Canberra Model #C123-10 - Quantity of 5 each; CLIN 0006 - Sodium Iodide (Nal) detector, 3" diameter X 3" long, Canberra Model #802-3X3 - Quantity of 6 each; CLIN 0007 - Factory systems integration and test, Canberra Model #ASM-INT - Quantity of 7 each; CLIN 0008 - Digital Spectrum Analyzer, Canberra Model #DSA-1000 - Quantity of 3 each; CLIN 0009 - Germanium Coaxial Detector with 3" Endcap (35% efficient) configured with Model 7500SL vertical slimline dipstick cryostat with 30 liter dewar Model 2002CSL preamplifier with 10 foot bias, signal, and power cables, Canberra Model #GC3519 - Quantity of 3 each; CLIN 0010 - Cryoelectric II electrical cooling for Germanium detector includes filter dryer kit, Canberra Model #7903SL - Quantity of 3 each; CLIN 0011 - Power Controller (115V) 30 minute auto restart, Canberra Model #7901-1-1 - Quantity of 3 each; CLIN 0012 - Detector Lift Mechanism for Cryoelectric II, Canberra Model #7415 - Quantity of 2 each; CLIN 0013 - Top Opening 4" Lead Shield, Canberra Model #747 - Quantity of 2 each; CLIN 0014 - Shield Ruggedization to include bolting, plate, bracing, and dewar stabilization, Canberra Model #SD-PROD - Quantity of 2 each; CLIN 0015 - Software Maintenance Contract (7 systems) - Quantity of 7 each; CLIN 0016 - Nal Detector Shield Adapter Ring, Canberra Model #SD-PROD - Quantity of 1 each; CLIN 0017 - Nal Detector Bottom Shield, Canberra Model #SD-PROD - Quantity of 1 each. This solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular #2001-24 and the Defense Federal Acquisition Regulation Supplement Change Notice 20040625. The following apply to this acquisition: FAR 52.212-1, 52.212-2, 52.212-3 Alt I, 52.212-4, 52.212-5 (incorporating 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-19; 52.225-13; 52.232-33. ADDENDA: DFAR 252.212-7000; 252.212-7001 (incorporating 52.203-3; 252.225-7012; 252.225-7014; 252.225-7021; 252.243-7002; 252.247-7023; 252.247-7024). IMPORTANT NOTICE: DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to this procurement. Lack of registration in the CCR database may make a contractor ineligible for award. Info can be obtained @ http:www.ccr.gov or 1-888-227-2422. Offers shall be evaluated for fair and reasonable prices, adherence to applicable clauses and provisions and, adherence to required delivery scheduled. Material is required to be delivered to the destination shown in the synopsis no later than 120 days after award of the purchase order resulting from this combination synopsis/solicitation. Parties responding to this solicitation may submit their quotation in accordance with their standard commercial practice (e.g., company letterhead, formal quotation form, etc) but MUST include the following information: 1) Complete company name, mailing and remittance addresses; 2) Prompt payment terms; 3) Delivery schedule; 4) Taxpayer ID number; 5) CAGE Code; 6) DUNS (Dun and Bradstreet) number; 7) ALL COMPLETED REPRESENTATIONS AND CERTIFICATIONS REQUIRED HEREIN - SPECIFICALLY THOSE FOUND IN 52.212-3 Alt I AND 252.212-7000. Text of clauses referenced herein may be found at the following websites: FAR: www.arnet.gov/far DFAR: www.acq.osd.mil/dpap/dfars/. All material shall be delivered FOB Destination to: Receiving Officer, Bldg. 276, Norfolk Naval Shipyard, Portsmouth, VA 23709-5000. All quotations in response to this synopsis/ solicitation must be received in this office NLT 12:00 PM (Local Time), 22 September 2004. Responses should provide an e-mail address of the quoter if one is available. Responses to the RFQ shall be addressed to Kiera J. Rustay, Code 531.5A and shall either be mailed to FISC - NNSY Annex, Code 531.5A, Bldg. 1500, Portsmouth, VA 23709-5000, faxed to the POC at (757) 396-8368 or, e-mailed to: rustaykj@nnsy.navy.mil. Numbered Note 22 applies.
 
Place of Performance
Address: FOB Destination to: Receiving Officer, Bldg. 276, Norfolk Naval Shipyard, Portsmouth, VA
Zip Code: 23709-5000
Country: USA
 
Record
SN00676161-W 20040919/040917212503 (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.