COMMERCE BUSINESS DAILY ISSUE OF AUGUST 22, 2001 PSA #2920
SOLICITATIONS
66 -- INSTRUMENTS AND LABORATORY EQUIPMENT
- Notice Date
- August 20, 2001
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
- ZIP Code
- 20535
- Solicitation Number
- RFQ-0022638
- Response Due
- September 5, 2001
- Point of Contact
- Earlene Lewis, Contracting Officer, Phone 202-324-9011, Fax 202-324-0570, Email ppmscgcu@fbi.gov
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals/bids are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ) #0022638. The provisions and clauses incorporated are those in effect through Federal Acquisition Circular #97-27. This solicitation is under the Simplified Acquisition Procedures (SAP). The North America Industry Classification System (NAICS) Code is 421490. The Government has a need to purchase two (2) Smart Cycler XC (xtreme conditions) portable PCR instruments. The Smart Cycler XC per- production model system includes: fully ruggedized, battery operated thermal cylcer with 16 independently programmable reaction sites, each with 4-color optical excitation and detection, laptop Pentium computer, smart cycler XC operators' manual, tube racks (4/pack), cooling block, mini-centrifuge. Requirement: The detection instruments must be small and light enough for deployment into the field via automobile and small aircraft. The instruments must be operable with a portable laptop computer. The instrument must be able to operate for least two hours on an internal battery and be compatible with operation on an external battery to provide at least six hours of uninterrupted analysis. The instrument must be rugged-must meet military ruggedness specifications (drop test). The instrument must have safe reaction vials, disposable plastic reaction vials are preferred. The instrument must be able to detect multiple reaction parameters in different thermal cycling chambers at the same time. Requirement: Maintenance two additional option years. Requirement: On-site training, two employees within 45 days of delivery and two additional employees within 18 months of delivery. The above characteristics are intended to be descriptive, but not restricted. Unless clearly marked that the vendor is quoting on an ?equal? the offered item shall be considered as the brand name product referenced in this announcement. If the vendor proposed to furnish an ?equal? product the brand name if any, of the product to be furnished shall be inserted on the proposal. The evaluation of the quotations and the determination as to equality of the product shall be the responsibility of the Government and will be based on information furnished by the vendor. The purchasing activity is not responsible for locating or securing any information which is not identified in the quotation and reasonably available to the purchasing activity. To ensure sufficient information is available, the vendor must furnish as a part of his quotation all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to determine whether the product meets the salient characteristics of the requirement. If the vendor proposed to modify a product so as to make it conform to the requirement of this announcement he shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. The government reserves the right to request product samples which can be tested for compatibility. A Standard Commercial warranty is required plus an additional two years maintenance. FOB-Destination -- Quantico, VA. The following clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov/far FAR provision 52.212-1- Instructions to Offerors-Commercial Items (Oct. 2000), FAR clause 52.212-4 Contract Terms and Conditions-Commerce Items, (May 2001), FAR clause 52.212-5- Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (May 2001). Each offeror shall include a completed copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commerce Items (May 2001). FAR 52.211-6-Brand Name or Equal (Aug. 1999), Far provision 52.212-2 Evaluation-Commercial Items (Jan 1999). The Government will award to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. Offeror responding to this solicitation must provide their DUNS and tax identification numbers. The Point of Contact for all information regarding this acquisition is Earlene H. Lewis, Contract Specialist, at the address and phone number listed above. Proposals can also be faxed to (202) 324-0570.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/DOJ/FBI/PPMS/RFQ-0022638/listing.html)
- Record
- Loren Data Corp. 20010822/66SOL008.HTM (D-232 SN50V4L4)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on August 20, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|