SOLICITATION NOTICE
66 -- ICP-MS System
- Notice Date
- 3/26/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
- ZIP Code
- 85365-9498
- Solicitation Number
- W9124R-12-T-1018
- Response Due
- 4/5/2012
- Archive Date
- 6/4/2012
- Point of Contact
- Kimberly Ross, 928-328-3314
- E-Mail Address
-
MICC Center - Yuma Proving Ground
(kimberly.r.ross14.civ@mail.mil)
- Small Business Set-Aside
- N/A
- 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. This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-57 Effective 15 Mar 2012 and Defense Federal Acquisition Regulation Supplement (DFARS), current to DPN 20120312 (Effective 12 Mar 2012) Edition. This solicitation is being issued as a Request for Quotation (RFQ) under Solicitation Number W9124R-12-T-1018. The solicitation is issued on an unrestricted basis. The North American Industry Classification System (NAICS) code is 334516 with a size standard of 500 employees. All prospective bidders must be actively registered in the Central Contractor Registration (CCR). Offerors may register online at https://www.bpn.gov/ccr/default.aspx. Competition is for a Firm Fixed Price (FFP) contract. Payment will be made by Defense Finance and Accounting Service (DFAS) through Wide Area Workflow (WAWF). Offerors shall account for any costs associated with accepting payment. This action is solicited as Brand Name or Equal pursuant to FAR 52.211-6. The Brand Name or Equal item being solicited is Thermo Scientific iCAP Q Inductively Coupled Plasma - Mass Spectrometer (ICP-MS) manufactured by Thermo Scientific, part of Thermo Fisher Scientific, 28 Schenck Pkwy, Ste 400, Ashville, NC 28803-5053. Per FAR 52.212-2, 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: technical capability of the items offered to meet the Government requirement and price. Pursuant to FAR 52.211-6 Brand Name or Equal, to be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- Meet the salient physical, functional, or performance characteristic specified in this solicitation. Offerors shall provide sufficient technical literature to enable the Government to determine that the proposed items meets or exceeds all of the minimum salient characteristics. This requirement is to provide an ICP-MS with auto-sampler system to include, but not limited to software, hardware, consumables, installation, and initial training, see the following Salient Characteristics for additional details. The solution shall provide all the necessary equipment required for basic operation. The ICP-MS, software, and hardware shall work together as a complete package. All quotes shall include transportation costs to U.S. Army Yuma Proving Ground (USAYPG), Yuma, AZ 85365. The items must meet or exceed the following specifications: Quantity: 1 each, ICP-MS 1)The ICP-MS shall have a quadrupole mass-filter and a multiple cone interface. 2)The instrument shall have an ion deflector or off-axes lens to eliminate the effect of photons and neutrals on signal background. Photon-stop designs are not acceptable. 3)The sensitivity of the ICP-MS shall be at least 50 M cps/ppm at mass 115 and shall not be reduced to less than 40 M cps/ppm at mass 238. 4)The ICP-MS shall have a window for visual inspection of the cones, torch and load coil while the plasma is in operation without opening the instrument. 5)A reaction/collision cell is not required. If the design of the system requires that one be present, it shall be possible to operate the system without using the cell (that is, it shall be possible to bypass the cell, or simply deactivate it.) However, it shall be possible to upgrade the system in the field if this feature is needed at some future time. 6)The ICP-MS system shall be a complete system with the auto-sampler including, but not limited to, software, computer, monitor, cables, controllers, heat exchangers, chillers, vacuum pumps and controllers, nebulizers, torches, sampling cones, tubing, cooling lines, etc., required for basic operation after set-up and training. A compatible auto-sampler shall be provided to allow unattended analysis of at least 120 samples in 15-mL sample tubes. The auto-sampler must have a self-pumped probe rinsing station. 7)The ICP-MS system mainframe must be a compact, bench-top design. External rotary pumps, coolers, etc., that fit under or behind the laboratory bench are acceptable. 8)The system shall include an instrument bench with a shelf/cabinet for the roughing pump, and locking casters on all legs. 9)The system shall have fully automated startup, shutdown, optimization, and computer-controlled instrument tuning for optimum performance. This shall include fully automated X, Y, Z torch alignment. Torch position shall be fully computer controlled and auto-tunable in all three axes. Comprehensive auto tuning capabilities for plasma parameters, torch position, lenses, mass analyzer, detector, and other essential operations, must be available. 10)The system shall be delivered with all tuning solutions, check solutions, etc., required to qualify the instrument. 11)A kit containing one year's supply of common consumable items shall be included. Such a kit may contain, but is not limited to, quartz torches, a spray chamber, skimmer cones, etc. The exact contents of the kit may vary depending on the system. 12)The system mainframe shall operate at a nominal 200 - 240 VAC, 60 Hz on a 30 Amp circuit. 13)The system shall include a PC, monitor, and compatible laser printer configured to allow basic operation after set-up. The operating software shall allow for the export of sample data to a Laboratory Information Management System (LIMS). The software shall create data files that can be imported easily into Microsoft Excel, e.g., tab delimited text, or comma-separated values (.csv) files. Additionally, the PC must meet or exceed the following: a)Pentium 4 Processor - Intel Core 2 Duo at least 1066 FSB b)Processor Speed at least 2.0 GHz c)4 GB of memory d)250 GB hard drive e)CDRW/DVD optical drive f)Smartcard Reader g)10/100/1000 Gigabit Integrated Network Connection h)Software (OS) - Windows 7 i)17-inch LCD monitor j)Laser printer 14)The vendor shall include assembly and installation of the system at the USAYPG Material Analysis Laboratory. 15)The vendor shall provide initial training which includes, but is not limited to, optimizing and operating the system, performing operator maintenance, and modifying analytical methods. The exact training may vary depending on the system. This RFQ closes on Thursday, 05 April 2012 at 1:00 PM Mountain Standard Time (MST). Offers shall be clearly marked with RFQ referencing number #W9124R-12-T-1018 and emailed to the Point of Contact (POC) listed below or sent by facsimile to 928-328-6534 no later than the closing date and time. In addition, all technical questions concerning this requirement must be emailed to the POC listed below no later than 29 March 2012 at 8:00 AM MST. As a minimum, offerors shall include with their signed quotation the following information: (1) Company name, address, Dun & Bradstreet Data Universal Numbering System (DUNS) number, and Tax Identification Number (TIN); (2) POC with telephone and facsimile numbers and email address; (3) Completed the annual representations and certifications at the Online Representations and Certifications Application (ORCA) website (https://orca.bpn.gov/), and submit a signed copy of FAR Clause 52.212-3(b); or a completed copy of FAR 52.212-3, Representations and Certifications with Alternate I. Note: In order to complete the Representations and Certifications go to the Air Force Website at http://farsite.hill.af.mil, locate the referenced provision, copy and paste it to a Word document and complete.; (4) Proposed price, Arizona vendors are to include the Arizona Transaction Privilege Tax, if applicable; and (5) Acknowledgment of Solicitation Amendments, if applicable. Offerors that fail to furnish required representation or technical information as required by FAR provisions 52.212-1 or reject the terms and conditions of this solicitation may be excluded from consideration. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accesses in full text at http://farsite.hill.af.mil. The CSS and all other associated documentation are located at the Mission & Installation Contracting Command - Yuma Proving Ground web site at: http://www.yuma.army.mil/site_contracting.asp. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provisions: 52.211-6, Brand Name or Equal (Aug 1999) 52.212-1, Instructions to Offerors of Commercial items (Feb 2012) 52.212-3, Offeror Representations and Certifications Commercial Item (Mar 2012) with Alternate I (Apr 2011) FAR Clauses: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Feb 2012) FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes of Executive Order Commercial Items (Mar 2012) Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Feb 2012) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.219-28, Post-Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) FAR Clauses added by addendum: 52.247-34, FOB Destination (Nov 1991) 52.252-2, Clauses Incorporated By Reference (Feb 1998) insert http://farsite.hill.af.mil/vffara.htm DFARS Provisions: 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate (Dec 2010) 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. (Deviation 2012-00004) (Jan 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) DFARS Clauses: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2012) Specific clauses cited in DFARS 252.212-7001 that are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of former DOD Officials (Sep 2011) 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program (Oct 2011) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.247-7023, Transportation of Supplies by Sea (May 2002) with Alternate III (May 2002) DFARS clauses added by addendum: 252.211-7003, Item Identification and Validation (Aug 2008) 252.232-7010, Levies on Contract Payments (Dec 2006) The following also applies: 5152.233-4000, AMC-LEVEL PROTEST PROGRAM (Sep 2011) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) If you plan to participate in this acquisition, you are required to provide your name, address, phone number, and email address to the POC listed below or by facsimile 928-328-6534 for notification of amendments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a91ee4e7692a0b75cfd5b5b8d90bb22b)
- Place of Performance
- Address: MICC - Yuma Proving Ground 301 C Street BLDG 2364 RM 101 Yuma AZ
- Zip Code: 85365-9498
- Zip Code: 85365-9498
- Record
- SN02705185-W 20120328/120326234217-a91ee4e7692a0b75cfd5b5b8d90bb22b (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 |