Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 6,1997 PSA#1839

U.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