Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 10,1997 PSA#1779

Centers 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