MODIFICATION
66 -- DART System
- Notice Date
- 9/8/2014
- Notice Type
- Modification/Amendment
- Contracting Office
- Bldg.# 29718, Fort Gordon, GA 30905
- ZIP Code
- 30905
- Solicitation Number
- 10549027
- Response Due
- 9/8/2014
- Archive Date
- 3/7/2015
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- N/A
- Description
- AMENDMENT NOTICE: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.The solicitation number is 10549027 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-09-08 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Forest Park, GA 30297 The MICC Fort Gordon requires the following items, Exact Match Only, to the following: LI 001: JMS-T100LP-DART-EZ, Basic AccuTOF-LP-DART-EZ System includes: Time-of-flight Mass Spectrometer including ESI ion source, ion transmission guide, ion accelerator, reflectron analyzer, ion detection unit, ADC system, evacuation and control system. Positive and Negative ion detection. Resolution greater than 6,000 (FWHM). Mass range 10,000u at 7kV acceleration potential. Turbomolecular pump, controller and roughing pumps. Vacuum isolation valve to permit rapid pump down after venting the ion source for maintenance. Syringe Pump Direct Analysis Real Time (DARTTM) SVP Ion Source. Includes source with QuickStripTM module and SVP Controller for operation of gas flow, temperature and high voltage. The QuickStrip card holder is mounted on the linear rail for use with DART. Includes 50 QuickStrip consumable cards (12 sample spots each). Includes ion source, linear rail and controller for operation of gas flow, temperature, voltage and sample motion., 1, EA; LI 002: MS-50030NT, Nitrogen Ballast Tank 823017010 Ballast tank for storing dry nitrogen gas used to fill the vacuum space in the event of an emergency shutdown or power failure. Using dry nitrogen will significantly reduce the restart time after a shutdown. JEOL strongly recommends the purchase of the nitrogen ballast tank., 1, EA; LI 003: MS-TABLE, Table for Mass Spec Data System, Data System table with casters, 1, EA; LI 004: ACT-SVP-45A, Fixed 45? Angle Mount for DART-SVP for AccuTOF Fixed 45? angle mount for use with DART-SVP to enable off-axis experiment modules., 1, EA; LI 005: ACT-SI-ME2, Vacuubrand ME2NT Diaphragm Pump For Vapur Vacuubrand ME2NT Diaphragm pump for VAPUR pumping required to use VAPUR interface. Item is optional if customer supplies own local vacuum or equivalent pump., 1, EA; LI 006: ACT-SI-610-GIST,IonSense Vapur Interface for AccuTOF T100 LC/MS System Requires purchase of ACT-SI-MZ2 vacuum pump or attachment to house vacuum system., 1, EA; LI 007: MS-UPS-LCTOF50, APC Smart-UPS RT Tower 5kV UPS System for AccuTOF APC Smart-UPS RT Tower 5kVA single phase double conversion UPS for AccuTOF spectrometer. Input 30 Amp 208 VAC L6-30P Output 120/208 VAC Includes output step-down transformer with 8 @ 5-20R and 1 @ L6-30R receptacles Installation required by local electrician is the responsibility of the customer. Provides approximately 5 minutes runtime at full load. Additional batteries may be added., 1, EA; LI 008: MS-TSS-SOFT, Shrader System Software for Mass Spec Data Reduction The Shrader System software provides stand-alone data reduction and analysis of GCmate and AccuTOF data sets., 1, EA; LI 009: NIST14, NIST/EPA/NIH MASS SPECTRAL 02-001 DATABASE 2014 Version, 1, EA; LI 010: Shipping & Handling, 1, EA; LI 011: Contractor Manpower Reporting,CMR Information: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Department of the Army via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address:http://www.ecmra.mil, and then click on ?Department of the Army CMRA? or the icon of the DoD organization that is receiving or benefitting from the contracted services.Reporting inputs will be for the labor executed during the period of performance during each Government FY, which runs from October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October of each calendar year, beginning with 2013. Contractors may direct questions to the help desk by clicking on ?Send an email? which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component?s CMR website at http://www.ecmra.mil. The required data fields include: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub- contractors); (7) Total payments (including sub-contractors); (8) Predominant Product Service Code (PSC)/Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant PSC/FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Supported Activity (the Army Supported Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor, and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Gordon intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Gordon is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. "Wherever the words ""offer"", ""proposal"", ""offerors"", or similar terms are used in this solicitation, they shall be read to mean ""quote"", ""quotation"", ""quoter"", ""vendor"" or similar corresponding term to reflect that this solicitation is a request for Quotations, not a Request for Proposals or an Invitation for Bids." The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL NAICS Code 334516 must be present in SAM prior to award
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ee4d775741419ab2e52a4f77a6ae2aab)
- Place of Performance
- Address: Forest Park, GA 30297
- Zip Code: 30297
- Zip Code: 30297
- Record
- SN03500295-W 20140910/140909022128-ee4d775741419ab2e52a4f77a6ae2aab (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 |