SOLICITATION NOTICE
66 -- MASS SPECTOMETER AND MS-UPS-LCTOF45
- Notice Date
- 3/2/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-04-T-0350
- Response Due
- 3/11/2004
- Archive Date
- 5/10/2004
- Point of Contact
- Brenda Fletcher, 410-278-0876
- E-Mail Address
-
ACA, Aberdeen Proving Ground
(brenda.j.fletcher@us.army.mil)
- Small Business Set-Aside
- N/A
- 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; proposals are being requested and a written solicitation will not be issued. The combined synopsis/solicitation number is W91ZLK-04-T-0350. The contractor shall provide a JMS-T00LC ACCTOF MASS SPECTROMETER or equal. The specification shall be as follows: Basic S ystem includes:Time-of-flight Mass Spectrometer including ESI ion source,ion transmission guide, ion accelerator, reflectron analyzer, ion detection unit, ADC system, evacuation and control system., Positive and Negative ion detection, Sensitivity (positiv e mode ESI) signal-to-noise ³10 (10 pg Reserpine m/z 609). S/N of mass chromatogram of protonated molecular ion., Noise defined relative to RMS of the base line. Flow rate = 0.2 ml/min, Resolution greater than 6,000 (FWHM), Mass range 10,000u at 7kV a cceleration potential, Turbomolecular pump, controller and roughing pump and Syringe PumpData System. The Data System shall include 3.0 GHz PC with P4 processor and 512 kB cache, 1Gbyte RAM memory, 80 Gbyte hard disk,1.44 Mbyte floppy drive, 17 inch flat panel monitor, DVD+RW, 10/100BaseT ethernet interface, Mouse and keyboard, Windows 2000 operating system, LaserJet Printer. The Mass spectrometer software suite shall be MS data manager, MS adjustment manager for real-time instrument tuning, Display of in strument status, various voltage and pressure, Measurement of MS spectrum, Automatic mass calibration , Mass drift correction, Internal standard mass calibration , Internal standard mass drift correction, TIC and mass chromatogram display, Processing hist ory management, Isotopic mass or atomic mass calculation, Spectral Deconvolution, Quantitation data processing program, Component Detection Algorithm Software (CODA). The contractor shall provide three days on-site operator training. The system shall r equire single-phase 30A 208VAC and Optional 30A 240VAC. The contractor shall provide MS-UPS-LCTOF45 with the following MGE Comet Extreme 4.5kV UPS Ststem for AccTOF, MGE Comet Extreme 4.5kVA single phase double conversion UPS for AccuTOF spectrometer, dis tribution box 1 @ L6-30R and 2 @ 5-15R2 receptacles. Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery shall be to the U.S. Army, Aberdeen Proving Ground, MD 21010. The provision at 52.212-1, Instructions to Offerors--Comm ercial, applies to this acquisition. The provision at 52.212-2, Evaluation--Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. Technical and Past Performance when combined are significantly more important than cost or price. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient informa tion is available, vendors must furnish as part of their proposal all descriptive materials (such as cuts, illustrations, drawings or other information) necessary for the government to determine whether the product meets the salient characteristics of the requirement. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modific ations. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the offeror to meet the delivery schedul es, warranty, and support. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and telephone numbe r. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The following additional FAR clauses cited i n this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer), FAR 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibi tion of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Rep orts on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), DFAR 252.204-7004 Required Central Contractor Registration, DFAR252.243-7001 Pricin g of Contract Modifications, DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items. The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, http://www.arnet.gov/far, and http:/ /www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail or fax by March 11 2004 no later than 3:00 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Brenda Fletcher), 4118 Susquehanna Avenue, Aberdeen Provi ng Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For quest ions concerning this solicitation contact Brenda Fletcher, Contract Specialist via fax (410) 278-0900, or via email brenda.j.fletcher@us.army.mil.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABJ/DABJ05/W91ZLK-04-T-0350/listing.html)
- Place of Performance
- Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Country: US
- Zip Code: 21005-3013
- Record
- SN00535400-F 20040304/040302225825 (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 |