|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 10,1997 PSA#1779Centers for Disease Control and Prevention (CDC), Procurement & Grants
Office, Contracts & Purchases Branch, 255 East Paces Ferry Rd, N.E, Rm
419, Atlanta, GA 30305 66 -- AUTOSPEC ULTIMA MASS SPECTROMETER SYSTEM SOL 97-69(N) DUE 022497
POC Laurie Johnson, Contract Specialist, (404)842-6553 Provide Autospec
Ultima Mass Spectrometer System or equal. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in Federal Acquisition Regulation (FAR) 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. The
Solicitation Number is 97-69(N) and is issued as a Request for Proposal
(RFP). The Government will award a contract resulting from this
solicitation to the responsible offeror whose offer conforming to the
solicitation will be most advantageous to the Government, price and
other factors considered. The solicitation and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
90-42. This procurement is UNRESTRICTED. The Standard Industrial
Classification Code (SIC) is 3829. The small business size standard is
no more than 500 employees. DESCRIPTION FOR THE ITEMS REQUIRED: Line
Item (1), Autospec Ultima Mass Spectrometer system including E-B-E
double focusing ion optics; 2000 Da mass range at 8kV accelerating
potential; Positive and negative ion facilities; Dedicated EI and CI
ion sources; First field free region collision gas cell; computer
controlled continuously variable slits; 20kV off-axis dual-dynode
photo-multiplier detector. Vacuum system including 700 1/sec Edwards
Diffstak pump for source region; 280 1/sec Edwards Diffstak pumps for
analyzer region. Integrated analyzer baking and anti-vibration
facilities; Isolation transformer; Mass Spectrometer/Data system
interface hardware (SIOS); OPUS-2 Mass Spectrometer Software and Users
License; One set of instruction manuals and schematic diagrams. Line
Item (1.a), Direct insertion probe and vacuum interlock (water-cooled
shaft programmable in temperature from 100 to 650 C). Line Item (1.b),
Heated septum inlet for introduction of volatile compounds. Line Item
(1.c), Certificate good for tuition for one 5-day training course at
the firm's training facility (excluding travel or other expenses). Line
Item (2), OPUS Mass Spectrometer Data System Hardware including DEC
255/233 workstation with DEC Alpha CPU (210 SPECfp92); DEC Open VMS
operating system with DEC Motif graphics; 64 megabytes of RAM memory;
DEC Mouse cursor control and US keyboard; Hardware Technical
Documentation. DEC 21" high resolution color monitor, Powerstorm 3D30
graphics; DEC 2 Gigabyte Winchester disk drive, 1.44 Megabyte floppy
disk drive; DEC 600 Megabyte double speed CD-ROM disk drive; DEC TLZ07
8.0 Gigabyte DAT tape archival system. DEC laser 3500 8 ppm 600 dpi
Laser Printer/Plotter (7Mbyte RAM); Open VMS media (CD-ROM), hardcopy
documentation and Single User License; DCPS Plus License and 12 month
digital software support; Ethernet communications hardware and NAS150
license. Line Item (3), Heated direct interface for two capillary GC
lines. Line Item (4), Spare Inner EI Ion Source. Line Item (5), Spare
Outer EI/CI/LINC Source. Line Item (6), Configure Hewlett Packard GC
for MS use; must be of correct configuration and include all freight
charges, drilling holes in GC, and appropriate cables. Line Item (7),
HP 6890 GC with built-in HPIB, dual analog out and capillary
split/splitless injection port with electronic pressure control (EPC)
240 volts. Line Item (8), Hewlett Packard 6890 GC EPC cold-on-column
injector 0-100 psi (COC), Option 122. Line Item (9), Leap CTC A200SE
Automatic Injector/Sampler including installation and training. Line
Item (10), HP 6890 Series II GC Adapter Plate. Line Item (11), 1.2
Gigabyte Rewritable Optical Disk Drive (600 Mbyte/side) with one 1.2
Gigabyte 512 bps media (<19ms access time, two year warranty). This
instrument will be used for the ultra-trace analysis of dioxins,
furans, PCBS, chlorinated pesticides and other related environmental
toxicants in human samples. The contractor shall provide full warranty
coverage for the instrument for a one-year period after installation.
Delivery shall be made FOB destinationwithin 120 days of contract
award. Delivery shall be made to CDC, Building 17 Loading Dock, 4770
Buford Highway, N.E., Atlanta, GA 30341. Payment terms are 80% upon
completion of installation and demonstration of compliance with
specifications; and 20% upon completion of training. The provision at
FAR 52.212-1, Instructions to Offerors -- Commercial Items is
applicable without addenda. The provision at FAR 52.212-2, Evaluation
-- Commercial Items is applicable. Technical merit and past
performance, when combined, are significantly more important than cost
or price. Evaluation of technical merit will be based on technical
capability of the item offered to meet the Government requirements.
Offerors must include a completed copy of the provision at FAR
52.212-3, Offeror Representations and Certifications -- Commercial
Items. The clause at 52.212-4, Contract Terms and Conditions --
Commercial Items is applicable. The following additional terms and
conditions are included by addenda: FAR 52.214-34, Submission of Offers
in the English Language (APR 1991); FAR 52.214-35, Submission of Offers
in U.S. Currency (APR 1991); FAR 52.225-10, Duty-Free Entry (APR 1984);
and FAR 52.229-6, Taxes -- Foreign Fixed-Price Contracts (JAN 1991);
FAR 52.246-17, Warranty of Supplies of a Complex Nature (APR 1984). The
clause at FAR 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders -- Commercial Items applies to
this action. The following FAR clauses cited within FAR 52.212-5 are
applicable: 52.203-6, Restrictions on Subcontractor Sales to the
Government, Alternate I; FAR 52.203-10, Price or Fee Adjustment for
Illegal or Improper Activity; FAR 52.219-8 Utilization of Small
Business Concerns and Small Disadvantaged Business Concerns; FAR
52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for
Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative
Action for Handicapped Workers; FAR 52.222-37, Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era; FAR
52.225-9, Buy American Act -- Trade Agreements Act -- Balance of
Payments Program. Proposals are due at 2:00 P.M. Local Time, February
24, 1997 to the following address: Centers for Disease Control &
Prevention, Procurement & Grants Office, 255 East Paces Ferry Road,
N.E., Room 419, Atlanta, GA 30303. Offers may be submitted on
letterhead stationery and at a minimum must show: (1) The solicitation
number 97-69(N); (2) The name, address, and telephone number of the
offeror; (3) A technical description of the items being offered in
sufficient detail to evaluate compliance with the requirements in the
solicitation; (4) Warranty terms; (5) Price for each line item; (6)
"Remit" to address if different than mailing address; (7) Completed
copy of the representations and certifications at FAR 52.212-3; (8)
Past performance information to include recent and relevant contracts
for the same or similar items and other references (including contract
numbers, points of contact with telephone numbers and other applicable
information). For information regarding this solicitation, contact
Laurie Johnson at 404-842-6633. (0037) Loren Data Corp. http://www.ld.com (SYN# 0317 19970210\66-0008.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|