|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28,1998 PSA#2169Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 66 -- INSTRUMENTS & LABORATORY EQUIPMENT (SCANNING MOBILITY PARTICLE
SIZER) SOL N00244-98-Q-0392 DUE 090998 POC Bid Officer, 619-532-2692,
Contracting Officer, Ralph Franchi, 619-532-2568, fax: 619-532-2347,
e-mail: ralph_a_franchi@sd.fisc.navy.mil WEB: .,
http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the
Contracting Officer via, ralph_a_franchi@sd.fisc.navy.mil. This is a
combined synopsis/solicitation for commercial items prepared in
accordance with format in the FAR Part 12.6 as supplemented with
additional information included in this notice. IMPORTANT NOTICE: DFARS
252.204-7004 "Required Central Contract Registration" applies to all
solicitations issued on/after 6-1-98. Lack of registration in the CCR
database will make an offeror/quoter ineligible for award of a
contract/purchase order. Please ensure compliance with this regulation
when submitting your quote. Call 888-227-2423/800-841-4431 or utilize
Internet at http://ccr.edi.disa.mil for more information. This
announcement constitutes the only solicitation; proposals are being
requested and a written solicitation will not be issued. Solicitation
number: N00244-98-Q-0392. This solicitation is being issued as a RFQ
(Request for Quotation). This solicitation and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-05 and Defense Acquisition Circular 91-13. Thissolicitation is
issued on an unrestricted basis. The Standard Industrialization
Classification Code is 3826 and the business size standard is 500
employees. FISC San Diego is announcing a requirement for Scanning
Mobility Particle Sizer. Proposals are to be based upon the following
Clin structure and upon the following specifications which are provided
for guidance only. For proposals which fail to meet the suggested
characteristics of the specifications listed, contractors shall submit
a narrative statement indicating how waiver of the listed
specifications and implementation of the proposed alternative approach
will affect the form, fit or function of the instrument if any. Item
0001: Scanning Mobility Particle Sizer (1) each; The system is to
include: condensation particle nucleus counter, electrostatic
classifer, vacuum pump, and applicable software package. The following
listed specifications are considered applicable: (a) Particle size
range: Adjustable over 0.005 to 1.0 microns (b) Particle type: solids
and nonvolatile liquids (c) Input concentration range: 10/8
particles/cm3 maximum at 0.01 microns (d) Concentration accuracy: + or
10% up to 10/5 particles/cm3, coincidence less than 2% at 10/4
particles/cm3 (e) 1 second for 95% response to concentration step
change when sampling at high flow mode (f) Flow rates Aerosol: 0 to 5
L/minutes manually adjustable sheath air and excess air: 0 to 20 L/min,
manually adjustable (g) Measurement cycle time: 60 to 600 second user
selectable (h) Signal to Noise Ratio: 25:1 nominal (i) Aerosol
temperature range: 10 degrees to 35 degrees C (j) Analyzer voltage
adjustments: Manual and computer control through a RS 232 port (k)
Outputs: Digital display and a analog BNC connection, 0 to 10 volts,
user selectable (l) Power requirements: 100/115/220/240 VAC 50/60Hz (m)
The requiring activity is currently utilizing the following listed
equipment: Electronic aerosol analyzer (EAA), model# 3030, EAA
Controller model# 3030, and Aerosol neutralizer, model# 3077,
manufacturer of existing equipment is TSI Inc. Particle Instruments.
Contractors are to provide quotations for CLIN 0001 that are compatible
with this existing equipment (n) Equipment must be useable for
combustion and engine exhaust studies. Required delivery date for all
CLIN 0001 is (45) days after receipt of contract/purchase order.
Standard commercial packaging is acceptable for the material in this
requirement. Delivery of all material will be made F.O.B. to: Naval
Aviation Depot, Naval Air Station, North Island, San Diego, CA 92135.
Inspection and acceptance will be performed at Destination by
authorized Government personnel. Qualified vendors are requested to
submit the following information in order to have your response be
considered complete: (1) Firm Fixed Pricing, include: Unit price, and
shipping costs; (2) Payment terms, Cage code, Dun/Bradstreet#, Taxpayer
ID#; (3) Complete technical specifications: include: model number,
manufacturer, equipment specifications, illustrations;(5) FAR Clause
52.212-3 must be filled out and returned with your quote. The equipment
offered shall be delivered in accordance with the requirements of the
specifications and shall be the standard product of the contractor and
shall have been marketed and in commercial field use for at least one
year prior to the date of this announcement. Contractor is to provide
standard commercial warranty and delivery information with its offer.
(A) Evaluation criteria: The evaluation criteria to be applied to all
offers submitted, IAW FAR 52.212-2, Evaluation Commercial Items (Oct
1997) is as follows: (a) 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 following factors
shall be used to evaluate offers: (I) technical capability of the item
offered as it relates the specifications provided, (ii) price and
(iii) past performance. The evaluated weight to be applied to each
factor is: price 60%, technical 30% and past performance 10%. For past
performance offerors shall provide information re: other contracts for
Scanning Mobility Particle Sizer equipment deliveries, including the
name and phone numbers of the company or prime contractors; of all past
and current contracts, identification of delivery or production
problems and corrective action taken. Past performance will not be
evaluated where there is no past performance information. (B) A written
notice of award of acceptance of an offer mailed or otherwise furnished
to the successful offeror within the time for acceptance specified in
the offer, shall result in a binding contract without further action by
either party. Before the offer's specified expiration time, the
Government may accept an offer (or part of an offer), whether or not
there are negotiations after its receipt, unless a written notice of
withdrawal is received before award. THE FOLLOWING PROVISIONS AND
CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE
SOLICITATION BY REFERENCE AND WILL BE PROVIDED BY THE CONTRACTING
OFFICER IN FULL TEXT UPON REQUEST. NOTE: THE FULL TEXT OF THE
PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET
USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov FAR 52.212-1,
Instructions to Offerors Commercial Items, Addendum to 52.212-1 hereby
applies: 52.214-31 Facsimile Proposals. 52.212-2 Evaluation of
Commercial Items; (a) 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 technical aspects considered. Offerors are
required to complete and include a copy of the following provision with
their proposals: FAR 52.212-3, Offerors Representation and
certifications Commercial Items. (52.212-3 only) FAR 52.212-4, Contract
Terms and Conditions Commercial Items, Addendum to FAR 52.212-4 hereby
applies: 5252.246-9401 Standard Commercial Warranty-Oct 1995 NavSup;
(Note: Standard commercial warranty clauses must be filled out and
returned with proposal); 52.247-34 FOB Destination. FAR 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders commercial Items applies with the following applicable
clauses for paragraph (b): 52.219-14 Limitations on Subcontracting, 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, 252.225-7001
Buy American Act-Supplies; 52.225-18 European Community Sanctions for
End Products, DFARS 252.212-7001 Contract terms and conditions required
to implement statutes or executive orders applicable to defense
acquisitions of commercial items Mar 1998; 252.225-7001 Buy American
and Balance of Payment Program; DFARS 252.225-7001, Contract Terms and
Conditions Required to implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items, applies with
the following clauses and applicable for (b): DFARS 252.225-7012
Preference for Certain Domestic Commodities, 252.247-7024 Notification
of Transportation of Supplies by Sea, DFARS 252.204-7004 Required
Central Contract Registration. The Contracting Officer will provide
assistance if necessary. NOTE: If there are any questions regarding
this solicitation, please contact via fax or e-mail the Contracting
Officer, Ralph Franchi at ralph_a_franchi@sd.fisc.navy.mil or fax
619-532-2347. All offers, narrative statements and quotations must be
received no later than 3:00 p.m. (PST) on 9/09/98 via facsimile as
follows: Fleet and Industrial Supply Center, Regional Contracts Dept.,
Code 2611, Attn.: Ralph Franchi, San Diego, CA 92132. Fax no.:
619-532-2347. Offers submitted by mail will not be considered.
Reference solicitation number: N00244-98-Q-0392 on all documents and
requests for information. This solicitation is issued as unrestricted.
Posted 08/26/98 (W-SN242323). (0238) Loren Data Corp. http://www.ld.com (SYN# 0364 19980828\66-0012.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|