Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2011 FBO #3535
SOLICITATION NOTICE

66 -- Pyrolyzer

Notice Date
7/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
 
ZIP Code
20223
 
Solicitation Number
USSS291145Pyrolyzer
 
Archive Date
8/26/2011
 
Point of Contact
April C. Delancy, Phone: 2024066808
 
E-Mail Address
april.delancy@usss.dhs.gov
(april.delancy@usss.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation number USSS291145Pyrolyzer applies and is issued as a Request for Quotation (RFQ) in conjunction with FAR Part 12, Commercial Items and FAR Part 13, Simplified Acquisition. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. The NAICS code is 334516 and the applicable size standard is 500 employees. The anticipated contract type will be a fixed price purchase order.This procurement is unrestricted. This requirement is for the purchase and installation of a Pyrolyzer meeting the following specifications: System: 1) ISO-9001 compliant 2) Power - 110VAC @ 60 Hz Pyrolyzer: •1) Capable of interfacing and working in conjunction with a Bruker 320MS system. •2) Capable of being installed on either the front or back inlet and work in conjunction with the pre-existing MPS2 auto-sampling system. •3) Capable of pulsed temperature ramping of at least 20ºC/millisecond with a max temp of no less than 1200ºC. •4) Transfer line temperature control capable of maintaining at least 300ºC. •5) Capable of programmable Pyrolysis heating rates of at least 800ºC/second. •6) Capable of multiple temperature ramping with no less than three (3) plateaus. Software: 1) Capable of operating under a Windows 7 architecture 2) Instrument purchase includes software both for operating instrument and data analysis 3) A Pyrolysis polymer library Price includes both instrument/equipment and installation. Unit Price: _____________________ Extended Price: _________________ Make:__________________________ M odel:_________________________ Part Number:____________________ GSA Contract Number (if applicable): ________________________ FOB Destination - U.S. Secret Service, Communications Ctr., 245 Murray Lane, SW, Bldg. T-5, Washington, DC 20223 phone number - 202-610-6860. If above 24in. width, 32:in. height and 70 pounds then trucks should be directed to: 12th & C Street, SW, Washington, DC 20224 202-345-7798. Contract Type - Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. A n official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. CCR REQUIREMENT - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the items offered to meet the Government's requirement. (ii) Price. The government will award the purchase order to the lowest price technically acceptable quote. Technical acceptability will be determined by review of information submitted by the quoter which must provide a description in sufficient detail to show that the product/service quoted meets the Government's requirement. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. The clause at FAR 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: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Full texts of clauses are available at http://farsite.hill.af.mil. Responsible offeror must be active in the Central Contractor Registry in accordance with FAR 52.204-7. DUNS, TIN, and CAGE Code must be written on submitted quote. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. A standard commercial warranty on parts and workmanship is required. 3052.209-70 Prohibition on contracts with corporate expatriates. (JUN 2006) ; USSS 3052.204-90 Unauthorized Use of the U.S. Secret Service Name - In accordance with 18 U.S.C. 709, any contractor, except with the written permission of the Director of the U.S. Secret Service, who knowingly uses the words "Secret Service", "Secret Service Uniformed Division", "U.S.S.S.", "U.D." or any colorable imitation or such words or initials, in connection with or as a part of any advertisement, circular, book, pamphlet or other publication, play, motion picture, broadcast, telecast, other production, product or item, in a manner reasonably calculated to convey the impression that such advertisement, circular, book, pamphlet or other publication, product, or item, is approved, endorsed, or authorized by or by associated in any manner with, the U.S. Secret Service or the U.S. Secret Service Uniformed Division shall be punishable as follows: a corporation, partnership, business trust, association, or other business entity, by a fine under this title; an officer or member thereof participating or knowingly acquiescing in such violation or any individual violating this section, by a fine under this title or imprisonment for not more than one year, or both. (End of clause). Award will be made to the offeror providing the most advantageous price while meeting all stated specifications, to include delivery and installation. Offers should be submitted via e-mail to April Delancy, april.delancy@usss.dhs.gov. Offers must be received no later than 3:00 p.m. Eastern Time, Thursday, August 11, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/USSS291145Pyrolyzer/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20223, United States
Zip Code: 20223
 
Record
SN02514096-W 20110730/110728235641-a2a1481fca1e0f8610c1f7763cc808ba (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.