Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 8, 2001 PSA #2910
SOLICITATIONS

66 -- BIOLOGICAL AGENT DETECTOR

Notice Date
August 6, 2001
Contracting Office
Defense Threat Reduction Agency, Albuquerque Field Operations, Acquisitions (AMA), 1680 Texas St., SE, Kirtland, AFB, NM 87117-5669
ZIP Code
87117-5669
Solicitation Number
DTRA02-01-Q-0017
Response Due
August 20, 2001
Point of Contact
JoAnn B. Carroll, Contract Specialist, (505) 853-0904, Patricia M. McDaniel, Contracting Officer, (505) 846-8799
Description
This is a combined synopsis/solicitation for commercial items 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; quotations are being requested and a written solicitation will not be issued. Solicitation No. DTRA02-01-Q-0017 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) #97-27 and DFARS Change Notice 20001213. The North American Industry Classification System (NAICS) is 339112 and the Size Standard is 500 people. Defense Threat Reduction Agency (DTRA) has a requirement to purchase the following items: CLIN 0001: Biological Agent Detector, Idaho Technology Inc., Model 7200 RAPID System or EQUAL, quantity 1 each, in accordance with the following specification: (1) This specification is for an instrument to perform rapid biological agent detection from a liquid sample. (2) The instrument shall detect specific biological agents using polymerase chain reaction (PCR) amplification of sample DNA and detection using fluorescent probes and DNA specific dyes. Included but not separately priced are the additional requirements: (3) The instrument shall allow programmable test protocols with respect to thermal cycling parameters; (4) The instrument shall collect test results, display the results to the operator, and allow transfer of test results to a personal computer; (5) The instrument shall be able to detect, using appropriate reagents, the biological agents BG (Bacillus Globigii), and BT (Bacillus Thuringiensis) in less than 30 minutes; (6) The instrument shall perform a test protocol on at least 24 samples simultaneously; (7) The instrument shall be rugged and portable for field operation; (8) Operating temperature range: 0 degree to 40 degree Centigrade; (9) Power requirement: 115Vac, 60 Hz, 10 amperes maximum; (10) Sample cuvettes for 100 reactions; (11) Training kits using non-hazardous biological agent, for 50 reactions; (12) Factory training for two operators. The required delivery date is 15 October 2001. Delivery will be at FOB Destination to Defense Threat Reduction Agency, C/O Honeywell , Attn: Shirley Grong, Intersection of Wyoming & S. Ave., Kirtland AFB, NM 87117-5669. Acceptance will be at destination. The following FAR provisions, clauses, and addenda apply: 52.212-1, Instructions to Offerors-Commercial, 52.212-2, Evaluation-Commercial Items. The Government will award a purchase order 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: (1) lowest price and (2) technical capability of the item offered to meet the Government requirement. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the offerors to provide sufficient technical literature, documentation, etc., that clearly demonstrates that the item offered will meet the terms and conditions cited above. (3) past performance offeror shall provide with their quote three Government or Private Industry references complete with Point of Contact, Phone No., Contract No., Amount of Contract, Items provided. Offerors shall submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their quote (www.arnet.gov/far/). The following additional clauses apply 52.212-4, Contract Terms and Conditions -- Commercial Items, 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the additional FAR clauses: 52.222-3, Convict labor, 52.222-19, Child Labor -- Cooperation with Authorities and remedies, 52.222-21 -- Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Handicapped Workers, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.223-11 -- Ozone-Depleting Substances, 52.225-3, Buy American Act -- Supplies, and 52.225-13 -- Restrictions on Certain Foreign Purchases, 52.232-33, Payment By Electronic Funds Transfer -- Central Contractor Registration, 52.233-1, Disputes, 52.233-3 -- Protest After Award, 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation, 52.243-1, Changes -- Fixed- Price, 52.246-1 -- Contractor Inspection Requirements, 52.246-16, Responsibility for Supplies, 52.247-34, Fob Destination, 52.249-1 -- Termination for Convenience of the Government (Fixed-Price)(Short Form). The following clauses apply DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.225-7012 Preference for Certain domestic Commodities, 252.225-7014 Preference for domestic Specialty Metals, Alternate I (10 U.S.C.2241 note), Paragraph (b), 252.204-7004 -- Required Central Contractor registration, 252.225-7001, Buy American Act and Balance of Payment Program, 252.247-7023, Transportation of Supplies by Sea (10 U.S.c. 2631), and 252.247-7024, Notification of Transportation of Supplies by Sea. Additional contract requirements are as follows: (1) Vendors shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government; (2) include a delivery schedule and the discount/payment terms; (3) include name of and be signed by an authorized company representative along with telephone number, facsimile number; (4) include their taxpayer identification number (TIN), cage code number, and DUNS number; (5) in accordance with DFARS 204.73, Vendors must be registered in Central Contractor Registration (CCR). For solicitations issued after 31 May 1998, DoD will no longer award contracts to vendors not registered in the CCR data base. Registration may be done by accessing the CCR via the Internet at http://www.ccr2000.com . This is a DO-C9E rated order. This acquisition will be processed in accordance with the Simplified Acquisition Procedures. Offers are due by 2:00 p.m. on 20 August 2001 at Defense Threat Reduction Agency, Albuquerque Operations Acquisitions (AMA), ATTN: JoAnn B. Carroll, 1680 Texas Street SE, Kirtland AFB, NM 87117-5669 (Faxed quotes will be accepted- 505-846-4246). The anticipated award date shall be on or before 31 August 2001. All responsible sources may submit a quote which shall be considered by this agency.
Record
Loren Data Corp. 20010808/66SOL004.HTM (W-216 SN50U008)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on August 6, 2001 by Loren Data Corp. -- info@ld.com