SPECIAL NOTICE
99 -- Lease with an Option to Buy or Lease to Own a Liquid Chromatograph - Mass Spectrometric Detector (LC-MSD) System.
- Notice Date
- 9/11/2002
- Notice Type
- Special Notice
- Contracting Office
- US Army Robert Morris Acquisition Center, ATTN: AMSSB-ACN-S, Natick Contracting Division (R&D and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- USA-SNOTE-020911-002
- Description
- NA The US Army Robert Morris Acquisition Center has a requirement to Lease with an Option to Buy or Lease to Own a Liquid Chromatograph - Mass Spectrometric Detector (LC-MSD) System. This is a combined synopsis/solicitation for commercial items prepared in a ccordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitat ion will not be issued. The simplified acquisition procedures in FAR 13.5 Test Program for Certain Commercial Items are being utilized. The solicitation number for this acquisition is DAAD16-02-T-0176 and is issued as a Request for Quotation. The requir ements shall be as follows: Qualifying systems must be or exceed the following minimum requirements: 1. LIQUID CHROMATOGRAPH: a. Binary pump, solvent cabinet, 2 solvent bottles. b. Autosampler for 2ml vials and well plate tray adapter. c. Thermostat ted Column Compartment. d. Diode Array Detector with tungsten and deuterium lamp. e. 4 Channel vacuum degasser. 2. MASS SPECTROMETER: a. Quadrupole Ion Trap mass analyzer. b. MSn (pronounced M S to the nth) for collisionally induced dissociations. c . Automated determination of charge state. d. APCI (Atmospheric Pressure Chemical Ionization) source with spray chamber, needle and nebulizer. e. APPI (Atmospheric Pressure Photoionization) source with spray chamber, nebulizer, vaporizer and photoionizat ion source. f. API-ESI (Atmospheric Pressure Ionization-Electrospray Ionization) source. g. Positive and negative ion detection. h. Greater than or equal to 2000 amu upper mass range. i. Turbomolecular pump. 3. OTHER: a. Microsoft Windows? compatibl e computer system. b. System Operating Software. c. Spectral Deconvolution Software. d. Remote access software. e. Spectral library search engine. f. Full installation, familiarization and training. This document incorporates Provisions and Clauses i n effect through Federal Acquisition Circular 97-25. The Government anticipates awarding a single Firm Fixed Price Purchase Order with two option years as follows: Item 0001 Base year, 12 mo at $_______. First Option Year, 12 mo at $______. Second Opti on Year, 12 mo at $_______. The provision at FAR 52.212-1, Instructions to Offerors - Commercial applies to this acquisition, addenda to include the following: Offerors shall hold the prices in its offer firm for 60 days. Delivery shall be F.O.B. Destin ation, Natick, MA, by 30 September 2002 and Inspection and Acceptance shall be at Destination by the cognizant receiving authority. Accordingly, any necessary shipping costs to this location shall be incorporated into the total quoted price. Contractor sh all submit literature of item being submitted for evaluation. Failure to submit literature will be grounds for a non-response to solicitation as award may be made without negotiations. Offerors shall provide a completed copy of the provision at FAR 52.21 2-3 and DFARS 252.212-7000 with their proposal. Clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Offerors shall submit 1 copy of their proposal; the information presented shall be submitted in order as it was requested. The clause 52.207-5 Option to Purchase Equipment applied to this acquisition. The provision at 52.212-2, Evaluation Commercial Items applies to this acquisition. The following Areas will be evaluated and restated in order of important. T ECHNICAL AREA - Will be evaluated based as a go/no go as to meeting all the minimum requirements of the equipment. PRICE AREA - Price will be evaluated on the overall price associated with the lease agreements. Technical capability is approximately equal in value to price. The following FAR clauses and provisions apply to this acquisition: 52.207-5; 52.212-1; 52.212-3; 52.212-4; 52.212-5 to include the follow ing clauses: 52.219-14; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.225-15; 52.232-33; 252.204-7004; 252.212-7000; 252.212.7001. The full text version of these provisions and clauses may be located at http://farsite.hil l.af.mil. This synopsis/solicitation may also be viewed on the US Army Robert Morris Acquisition Center - Natick Homepage, at www3.Natick.army.mil. Questions concerning this combined synopsis/solicitation can be directed to Ms. Michelle Miller, Contract Specialist, at Michelle.Miller@Natick.army.mil. All quotations must be received (Facsimile quotes will be accepted) via mail or email no later than 18 September 2002 at 3:30 p.m. (EST).
- Web Link
-
Government Website
(https://www3.natick.army.mil)
- Record
- SN00163663-W 20020913/020911213807 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |