|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 8,1997 PSA#1987U.S. Department Of Energy, Chicago Operations Office, 9800 South Cass
Avenue, Argonne, Illinois 60439 66 -- INSTRUMENTS AND LABORATORY EQUIPMENT!! SOL DE-RP02-98CH10908!!
DUE 010798 POC Contact, Christopher Swierczek, Contract
Specialist/630-252-2121 -- Patricia J. Schuneman, Contracting Officer,
630-252-2956!! WEB: Chicago Operations Office Acquisition Homepage,
http://www.ch.doe.gov/business/ACQ.htm. E-MAIL: Christopher Swierczek,
Contract Specialist, 630/252-2121, christopher.swierczek@ch.doe.gov.
(i).This is a combined synopsis/solicitation for commercial items
prepared in accordance with the format in FAR Subpart 12.6, the test
program in FAR Subpart 13.6, and FAR Part 15, 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. 17(ii). The solicitation no.
is DE-RP02-98CH10908. 17(iii). This solicitation document and
incorporated provisions and clauses are those in effect through the
issuance of Federal Acquisition Circular 97-2. 17(vi). The required
instrument is an extended geometry magnetic sector, multiple ion
collection thermal ionization mass spectrometer (TIMS). In addition to
the fully functional instrument, the price for the TIMS shall include,
but not be limited to the following items: Two (2) turrets, Two (2)
source collimator (lens) stacks, Two (2) cold traps, High performance
energy/direction filter lens assembly, Ion counting, Degas bench,
Minimum of eight (8) Faraday collectors. The offeror should provide
product literature or other information about the product being offered
to show it is a commercial item as defined in FAR 2.101. The Government
reserves the right to inspect the offered item(s) to ensure that it
does comply with the terms solicitation. 17(vii). The offeror must
propose a date for delivery of this item to occur no later than
September 1998. The offeror's proposed date for delivery will be a
consideration in the selection process. 17(viii). Solicitation
provision at FAR 52.212-1, Instructions to Offerors -- Commercial items
(JUN 1997) is hereby incorporated by reference. 17(ix). The Government
will award a contract resulting from this solicitation to the
responsible offeror whose offer conforming to the solicitation will be
most advantageous, representing the best value to the Government price
and other factors considered. Offerors will be evaluated on the
following technical evaluation factors and subfactors. 1) Instrument
Performance, 2) Compatibility with existing Finnigan MAT 261 Thermal
Ionization Mass Spectrometers, and 3) Past performance . Under the
evaluation factor 1) Instrument Performance, there are 10 evaluation
subfactors, as follows: 1. Effective ion analyzer dispersion; 2.
Faraday amplifier range, linearity, and stability; 3. Internal (SE) and
external (SD) precision of 87Sr/86Sr, 143Nd/144Nd multidynamic and
static multicollector measurements, 300 ng sample, 100 ratios; 4.
Internal and external precision of U isotopic ratios in CRM U010, 1
microgram, 40 ratios; 5. Capability for mass dispersion adjustment; 6.
Magnet design and construction; 7. Turret sample 8. Ion counting dark
noise; 9. Abundance sensitivity; 10. Faraday inter- cup efficiencies.
Under evaluation factor 2) Compatibility with existing Finnigan MAT
261 Thermal Ionization Mass Spectrometers, the offeror will be
evaluated based on the following subcriteria: 1. Compatibility of
filament types and associated hardware; 2. Software algorithms; 3.
Hardware compatibility and parts interchangability; Under evaluation
factor 3) Past Performance of the offeror will be evaluated. Under
evaluation factor 4) Price reasonableness and realism will be
considered. The evaluation of the offerors will include consideration
of the probable price to the Government of doing business with the
offeror, including, but not limited to the cost of training and
adaptation to new procedures for instrumental analysis, peripheral
equipment, and maintenance. 17(x). Offerors are reminded to include a
completed copy of the provision at 52.212-3, Offeror Representations
and Certifications -- Commercial Items (JAN 1997), with offer. 17(xi).
Clause 52.212-4, Contract Terms and Conditions -- Commercial Items
(MAY 1997), is hereby incorporated by reference. 17(xii). Clause
52.212-5, Contract Terms and Conditions Required to Implement Statutes
or Executive Orders -- Commercial Items (AUG 1996), is hereby
incorporated by reference; the following clauses apply to this
solicitationand any resultant contract 52.203-6, 52. 203-10, 52.219-8,
52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-9,
52.225-21, and 52.247-64. 17(xiii). Additional Contract Terms and
Conditions applicable to this procurement are: (i) N/A (ii) Type of
Contract: A firm fixed-price definite quantity, definite delivery
contract will be awarded. 17(xiv). The Defense Priorities and
Allocations Systems (DPAS) assigned rating for this procurement is
unrated. 17(xv). N/A. 17(xvi). One original signed and dated offer must
be submitted to the U.S. Department of Energy, Chicago Operations
Office, 9800 South Cass Avenue, Room No. 318, Argonne, Illinois, 60439,
Attn. Patricia J. Schuneman, Contracting Officer on or before 4:30 p.m.
local time, January 7, 1998. 17(xvii). Contact Patricia J. Schuneman at
(630) 252-2956. The Government will not select an offeror for award on
the basis of a relatively superior capability without concern for the
amount of its price. The offeror which provides the overall greatest
value to the Government will be selected for award. (0337) Loren Data Corp. http://www.ld.com (SYN# 0219 19971208\66-0001.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|