SOLICITATION NOTICE
66 -- LS13 320 SINGLE WAVELENGTH OPTICAL BENCH LASER DIFFRACTION PARTICLE SIZE ANALYZER AND TORNADO DRY POWER MODULE, BECKMAN COULTER P/N 731317 FULL OPERATING SYSTEM OR EQUAL.
- Notice Date
- 9/12/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Crane Army Ammunitions Activity, ATTN: SJMCN-CT, 300 HIGHWAY 361, CRANE, IN 47522-5099
- ZIP Code
- 47522-5099
- Solicitation Number
- W53W9L62211510
- Response Due
- 9/22/2006
- Archive Date
- 11/21/2006
- Small Business Set-Aside
- Total Small Business
- 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 solicitation is a commerical Request for Quote (RFQ) number W53W9L-06-62211510. The solicitation document and incorporated provisions and clauses are those in effect through Federal A cquisition Circular 2005-06. NAICS is 334516; small business standard is 500 employess; FSC 6635; SIC 3826. Requirement is 100% Set Aside for Small Business concerns. Any resultant contract shall be Firm-Fixed Price, and one award is anticipated. Shippi ng is FOB Destination; Inspection and Acceptance is at Destination, Crane Army Ammunition Activity Receiving Bldg 148, Crane, IN 47522. Packaging shall comply with Standard Commercial Packaging; Quotes may be submitted via Fax at (812)-854-4388, Attn; Rach el Eaggleston. The contractor or supplier shall highlight any equal offers to the standard requirement to the following Minimum and salient requirements: contractor shall quote on 1 (ea) single-wavelength optical bench laser particle size analyzer capable of measuring both solid and liquid samples. The system must be capable of sizing particles in the range 0.04 to 2000 microns with high resolution results. High resolution results are delivered via a large number of standard low angle scattering detectors (126). A variety of interchangeable sample modules shall be available for liquid and dry sample analysis. An X-shaped detector array and PIDS system should be used to ensure accurate results; high signal-to-noise ratio with a large number of detectors for distinction between size classes; automatic alignment to ensure angular calibration of the laser. Laser safety interlocks and auto-docking features will allow modules to be easily changed. Plug-and-play modules that allow software to detect sample modules without powering down the bench feature and all parameters logged and recorded for future view option. The system shall measure the light scattered from four separate wavelengths of incident light. The system shall have an easy to use software interface w ith auto-docking of sammple modules into the optical bench. User definable and lockable multi-commponent SOPs and SOMs. Automatic time-based alignment routine for laser calibration and 126 detector array for the measurement of scattered light are features and allow the measurement of the particle light scattering from both horizontal and vertical polarized light sources. Must measure entire dynamic range in a single analysis and provide both Fraunhofer and Mie calculation options; optional data mirroring with automatic simultaneous electronic storage of data in 2 separate locations. Detectors with continually average signal measurement and will reference background during the analysis cycle,and give visual comparison of current background to keep data acc urate. Provide Bechman Coulter P/N System 731317 or Equal. Equal products offered and accepted by the Government must be accompanied with a full system quote and product literature accurately describing technical functionality as well as warranties and sof tware maintenance options. The CONTRACTOR SHALL certify the material meets all minimum requirements in a explosive manufacturing environment. Product will be ISO compatible and must state this in the literature. A technical evaluation shall be required in order to evaluate any equal offers. Acceptance and Inspection at destination. Shipment must include an original invoice, packing slip. The following FAR clauses and provisions apply to this acquisition; Quoters must comply with the following commercial ite m terms and conditions by clicking on link below to print a hardcopy and provide certification with RFQ; FAR 52.212-2 INSTRUCTIONS TO FFEREORS; Commercial, appl ies to this acquisition. Evaluation will be made in accordance with FAR 13.106; Evaluation criteria are price, compliance with solicitation requirements including delivery and overall best value to the Government for the intended purpose. Quoters must subm it a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items. FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. All FAR and DFARS clauses and provisions necessary to submit an offer (52.212-3, 252.212-7000) may be accessed at; http;//www.arnet.gov/far or http;//farsite.hill.af.mil/. The following FAR and DFARS clauses and provisions shall apply to this acquisition; 52.252-2, 52.211-6, 52.204-7, 52.232-33, 252-225-7 000, 52.204-7, 252.204-7004, Alternate A, 252.243-7001, 252.232-7010. The FAR clause 52.212-5 and paragraphs (a) and (b) therein, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, shall apply to this acquisit ion; 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.225-13, 52.232-33, 52.232-36. The DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisit ions of Commercial Items (Jan 2005) paragraph ( b), shall apply to this acquisition; 252.225-7001, 252.225-7016, 252.232-7003. Company must be CCR registered on Central Contractor Registration (CCR) before an award will be made. CCR may be accessed at web site http;//www.ccr.gov. All quotes shall be clearly marked with RFQ number and emailed to Rachel.Eaggleston@us.army.mil or faxed to 812-854-4388. GSA Quotes are acceptable.
- Place of Performance
- Address: Crane Army Ammunitions Activity ATTN: SJMCN-CT, 300 HIGHWAY 361 CRANE IN
- Zip Code: 47522-5099
- Country: US
- Zip Code: 47522-5099
- Record
- SN01141078-W 20060914/060912221151 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |