Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2010 FBO #3081
SOLICITATION NOTICE

66 -- APPI/APCI Interface Probe

Notice Date
4/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
 
ZIP Code
72079-9502
 
Solicitation Number
1071608-1
 
Archive Date
5/22/2010
 
Point of Contact
Thomas M Dumas, Phone: 404-253-1253
 
E-Mail Address
thomas.dumas@fda.hhs.gov
(thomas.dumas@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The Food and Drug Administration intends to award a Firm Fixed-Price contract for brand name or equal as a result of this solicitation. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR 13.5. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 is 1071608-1. This solicitation is issued as a Request for Quote (RFQ). Quotations are due (7) days from the publication date of this synopsis or 7 May 2010, by 5:00 p.m. Eastern Standard Time, local prevailing time in Atlanta, GA at the Food and Drug Administration, Attention: Thomas Dumas, 60 8th Street, NE, Atlanta, GA 30309. The quotation must reference solicitation number 1071608-1. The offers are due in person, by mail, email or fax. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-40, effective April 22, 2010. The associated North American Industry Classification System (NAICS) code is 334516 – Analytical Laboratory Instrument Manufacturing and business size is 500 employees. The Food and Drug Administration has a requirement for an APPI/APCI Interface Probe p/n 176001645 to include installation for use with an existing Xevo TQ Mass Spectrometer System p/n 176850022. The APPI/APCI probe is to allow for the detection and quantitation of wider range of chemical hazards in seafood, thus providing increased public health protection. Salient Characteristics of the APPI/APCI Dual-Mode Ionization: The Atmospheric Pressure Photoionization (APPI) source, in conjunction with Atmospheric Pressure Chemical Ionization (APCI) allows independent APPI and APCI experiments with the ability to acquire APPI and APCI data in the same analysis. The IonSabre APCI probe introduces samples into the ion source, which incorporate a Syagen Technologies 10.6 ev krypton discharge UV lamp. The lamp emits photons that excite analyte molecules and subsequently produce ions through electron ejection. In this process, sample molecules are preferentially ionized when the photon energy exceeds their ionization potential, but is lower than the ionization potential of the surrounding vaporized LC eluent. FOB: Destination. Delivery for equipment and services provided is Food and Drug Administration, 1 Iberville Drive, Dauphin Island, AL 36528. EVALUATION AND AWARD: The Government intends to evaluate proposals and, if necessary conduct discussions with all responsible offerors within the competitive range. The award will be made to the offeror whose proposal conforms to the terms and conditions of the solicitation and award may be made to other than the lowest priced or the highest technically rated offer. Relative importance and trade-offs. The Government will base the determination of best value on performance, and the other evaluation factors identified elsewhere in this solicitation. The determination of best value also considers the relative importance of the evaluation factors. All evaluation factors when combined are approximately equal to cost and price. The technical quotations will receive paramount consideration over cost and past performance; however, cost will be evaluated for price reasonableness. The Government reserves the right to make its decision on the basis of initial quotations received and not have discussions. Therefore, each initial quotation should contain the offeror’s best terms from both a price and technical standpoint. Offerors shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offerors equipment. The Government is not responsible for locating or securing any information, which is not identified in the proposal. Offerors must include a complete copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items with its offer. Applicability of FAR PROVISIONS: THE FOLLOWING FEDERAL ACQUISITION REGULATION (FAR) PROVISIONS AND CLAUSES APPLY TO THIS REQUEST FOR QUOTES AND ARE INCORPORATED BY REFERENCES: 52.212-1, INSTRUCTIONS TO OFFERORS—COMMERICAL, 52.212-4 CONTRACT TERMS AND CONDITIONS—COMMERCIAL ITEMS (MAR 2009). 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (JUNE 2009); THE FOLLOWING CLAUSES ARE APPLICABLE: 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.222-50; 52.225-1; 52.225-3; 52.225-13, AND 52.232-33. FULL TEXT OF CLAUSES AND PROVISIONS CAN BE OBTAINED AT http://www.acquisition.gov CCR Requirement – Offeror’s must be registered in the Central Contractor Registration (CCR) before an award can be made. If offeror’s are not registered in CCR, they may do so by accessing the CCR web site at: http:www.ccr.gov. A standard commercial warranty on parts and workmanship is required. The Defense Priorities and Allocation System (DPAS) and assigned are not applicable to this solicitation notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1071608-1/listing.html)
 
Place of Performance
Address: Food and Drug Administration, 1 Iberville Drive, Dauphin Island, Alabama, 36528, United States
Zip Code: 36528
 
Record
SN02137005-W 20100502/100430235118-266221cd0153a2ad4c82752fa9306a9f (fbodaily.com)
 
Source
FedBizOpps 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.