SOLICITATION NOTICE
65 -- LIQUID SCINTILLATION ANALYZER
- Notice Date
- 8/13/2007
- Notice Type
- Solicitation Notice
- NAICS
- 339111
— Laboratory Apparatus and Furniture Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, MD, 21702-9203, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N62645-07-T-0234
- Response Due
- 8/22/2007
- Archive Date
- 9/6/2007
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures at FAR 13.106-1, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N62645-07-T-0234. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-18 and DFARS Change Notice 20070802. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/index.htm. The NAICS code is 339111 and the Small Business Standard is 500. This is a competitive, unrestricted action. The Naval Medical Logistics Command requests responses from qualified sources capable of providing: a computer controlled, table-top liquid scintillation analyzer capable of detecting small amounts of alpha, beta, and gamma radiation from liquid scintillation samples. The system shall operate using the Windows XP operating system to be compatible with existing software networking the analyzer and gamma counters. The system shall use a low energy external radioactive standard source and transformed spectral index calculations to eliminate the effects of vial glow, volume variations, plastic wall and cocktail changes on the DPM results. The system shall have the capability to monitor efficiencies, backgrounds, E2/B and Chi-squared values for 3H and 14C over the life of the instrument. The information shall be recorded, monitored and stored every 24 hours without need for special initiation. The system shall give adequate warning if there is any indication that the system has exceeded the factory specific parameters. The system shall have an automatic calibration feature to correct for both gain and efficiency variations to maintain integrity of the stored quench correction library, and use National Institute of Standards and Technology (NIST) traceable standards to eliminate the effect of temperature, aging, and line voltage fluctuations on the reference source. The following FAR and DFAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items; 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, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.247-64; 52.225-13, Restrictions on Certain Foreign Purchases; 52.247-34, F.O.B. Destination. Quoters are reminded to include a completed copy of 52.212-3 with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.232-7003, and 252.247-7023. This announcement will close at 1600 (4:00 p.m.) Eastern Standard Time on 22 August 2007. Contact Russell Grabill, who can be reached at russell.grabill@med.navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote, which shall be considered by the agency. If applicable: 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The final contract award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
- Place of Performance
- Address: 1681 NELSON STREET, FORT DETRICK, MD.
- Zip Code: 21702-9203
- Country: UNITED STATES
- Zip Code: 21702-9203
- Record
- SN01371126-W 20070815/070813221738 (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 |