|
COMMERCE BUSINESS DAILY ISSUE OF MAY 6,1997 PSA#1839U.S. ARMY SOLDIER SYSTEMS COMMAND, ACQUISITION DIRECTORATE, ATTN
AMSSC-AD, NATICK MA 01760-5011 66 -- MALDI TIME OF FLIGHT MASS SPECTROMETER SOL DAAK60-97-R-9626 DUE
051697 POC Contract Specialist ELAINE M. SCARNICI (508) 233-4585 (Site
Code DAAK60) This is a combined/synopsis/solicitation for a commercial
item High Resolution, Linear, Matrix-Assisted, Laser
Desorption/Ionization, Time of Flight Mass Spectrometer (MALDI-TOF-MS),
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 issued as a Request for Proposals
(RFP); proposals are being requested and A WRITTEN SOLICITATION WILL
NOT BE ISSUED. A Firm Fixed Price Contract with one contract line item
(CLIN 0001) will be used for the procurement of one each High
Resolution, Linear, Matrix-Assisted, Laser Desorption/Ionization, Time
of Flight Mass Spectrometer (MALDI-TOF-MS), with Delayed Extraction
(DE), capable of determining mass in the 400-200,000 dalton range.
Contract will also include installation, training, and a minimum
warranty of one year on parts and labor. The Salient Characteristics
are as follows: 1) Flight tube-Minimum of 1 meter. 2) Accelerating
voltage-Minimum of 20kV. 3) Mass range-400-200,000 daltons. 4) Mass
accuracy-Minimum of 200 ppm. 5) Mass resolution-Minimum of 2,000. 6)
Gating-Low mass. 7) Sampling-Multiple sampling capability. 8)
Visualization-Video camera/monitor to visualize desorption/ionization
spot. 9) Positioning-XY sample positioning capability. 10) Data
handling-PC-based autosampling, data processing, and printout
capability. This unit shall be preserved, packaged and packed for
domestic shipment in accordance with best commercial practice. Delivery
is to be made 90 days after award of contract. Delivery is F.O.B.
Destination: US Army Soldier Systems Command, Warehouse #20, ATTN:
AMSSC-S-LDSS, Kansas Street, Natick, MA 01760-5027. This solicitation
document incorporates FAR provisions and clauses in effect through
Federal Acquisition Circular 90-46 as applicable. FAR provision at
52.212-1 applies, and the following information must also be submitted
with your offer: 1) Descriptive literature or technical data sheets of
item proposed, 2) A minimum of three (3) prior contracts for the same
or similar item with points of contact and telephone numbers. FAR
provision at 52.212-4 applies and additional DFAR clauses listed in
252.212-7001 as follows 252.247-7023; 252.225-7001; 252.225-7012;
252.233-7000; 252.247- 7024; and 52.212-5 applies and includes the
additional FAR clauses: 52.203-6 with ALT I; 52.203-10; 52-219-8;
52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.233-3, DFAR provision
252.225-7000, applies except paragraph (b). FAR provision at 52.212-2
applies (except paragraph (b)) and in accordance with paragraph (a) of
that clause, the following evaluation factors shall be used to
evaluate offers in descending order of importance: 1) Technical
capability of the offered MALDI-TOF-MS to meet the Government's
requirement. Technical data sheets or other descriptive literature
provided with the offer will be evaluated for conformance to the
requirements stated above. 2) Past Performance: Offeror(s) past
performance will be evaluated as to timely deliveries, adherence to
warranty procedures, and performance reliability of the MALDI-TOF-MS.
Three (3) copies of a written proposal are required. The response time
is 4 June 1997, at 12:00 PM EST for submission of proposals to the
above Contracting Office. Offerors shall include a completed copy of
the provision at FAR 52.212-3 with its offer and Certification in DFAR
252.225-7000. The applicable SIC code for this effort is 3821. For the
purpose of this requirement, any concern employing 500 or fewer
employees is considered a small business. Firms responding shall
indicate whether or not they are a small or small disadvantaged
business concern. In the event that the Government receives two or more
offers from small business, the Government reserves the right to set
aside the award of this contract to small businesses. The point of
contact for this is Elaine Scarnici (508)233-4585. Datafax number
(508)233-5286, e-mail address is "escarnic@natick-amed02.army.mil".
(0122) Loren Data Corp. http://www.ld.com (SYN# 0226 19970506\66-0016.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|