SOLICITATION NOTICE
66 -- Automated Sample Prepstation & Gas Chromatograph with Associated Components
- Notice Date
- 9/4/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423490
— Other Professional Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH08T0421
- Response Due
- 9/19/2008
- Archive Date
- 11/18/2008
- Point of Contact
- Lucas R. Crumbacker, 301-619-1361<br />
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27. This action is being set aside for 100% small business participation. NAICS Code: 423490 Small Business Size Standard:100 employees The following items are required: ITEM #QTY.DESCRIPTION 0011 ea.GERSTEL PrepStation (XL Version) for Agilent 7890/6890 GC BRAND NAME OR EQUAL Consists of: Dual rail configuration; UPPER Rail consists of: X/Y positioning system, Z positioning injection tower, Built-in firmware for liquid and dual inlet injection, Control terminal and cable, 90-264V power supply input, 1.2ul 1 ml universal liquid syringe holder, 2 x 10ul liquid syringes, 2 x 250ul liquid syringes, Needles for 250ul syringes, Safety guard, PC connection cable, Firmware loader program; LOWER Rail Consists of: X/Y positioning system, Z positioning injection tower, Built-in firmware for liquid, headspace, and dual inlet injection, Control terminal and cable, 90-264V power supply input, Incubator and shaker for 2/10/20 ml vials (200 degrees Celsius max), Wash station for 2 different solvents (5 positions), Dual sample tray with tray holder for 98 x 2ml and 78 x 1ml vials, Dual sample tray with tray holder for 32 x 10/20 ml and 21 x 2 ml vials, 1ml / 2.5ml universal headspace syringe heater/holder (up to 150 deg. C.), 2 x 2.5ml headspace syringes, Solvent reservoir (3 x 100ml), Safety guard, PC connection cable, Firmware loader program, Mounting kit for Agilent Technologies 7890/6890 system, Dual rail mounting system, Compatible with Maestro PrepStation Software (# GER 012590-740-02) 0021 ea.GERSTEL SPME Option Kit for MPS 2 Autosampler BRAND NAME OR EQUAL Contains: SPME Fiber Assortment (23 ga. Fibers) 100um PDMS, 65um PDMS/DVB, 85um PDMS/Carboxen, 50/30um PDMS/DVB/Carboxen, Autosampler Bracket, SPME holder, CIS 4 liners, SPME applications CD, SPME performance evaluation mix, Manual & software CD (# GER 093611-006-02) 0031 ea.Six Position Stirring Option for MPS 2/3 Heated Agitator BRAND NAME OR EQUAL (# GER 013938-099-00) 0041 ea.GERSTEL Cooled Injection System 4C (CIS4C) Bundle for Agilent 7890 GC BRAND NAME OR EQUAL Features: Controlled linear heating from 0.5 12 deg. C/sec. with 2 programmable temperature ramps, Ten injection modes including split/splitless, solvent vent and pulsed pressure all under EPC control, Software control for easy method storage, print out and sequence table editing; INCLUDES: Septumless sampling head, Electronic pressure control module, Control software, 10ul syringe for manual injection, Split vent absorption trap, 5m RS232 connection cable, 5m LAN cable, Cryogenic valve manager, GP connector for.25/.32mm ID columns, manual (# GER 015700-090-02) 0051 ea.GERSTEL TDU-ATEX Bundle Cooling Option 1 BRAND NAME OR EQUAL Consists of: LN2 cooling for CIS 4C with C506 controller, Universal peltier cooling for TDU (# GER 015740-900-02) 0061 ea.GERSTEL TDU (Twister Desorption Unit) BRAND NAME OR EQUAL Features: Single shot operation, Desorption temperature up to 350 deg. C., Dynamic desorption flow, Desorption in split or splitless mode, Temperature program rate is 1 12 deg. C/sec., Uses CIS 4 as cryogenic trap (# GER 014050-700-02) 0071 ea.TDU Mounting Kit for Agilent 7890/6890 GC BRAND NAME OR EQUAL (# GER 014049-090-00) 0081 ea.TDU Supplies Kit for use with CIS 4 BRAND NAME OR EQUAL Includes: Glass inlet liners baffled, silanized glass wool packed, Tenax TA, and Carbotrap (2 of each liner), GRAPHPACK-3D ferrules for glass inlet liners (10 pack), Twister desorption liner adapter o-ring (100 pack), Twister desorption liner adapter (10 pack), Twister desorption liner (100 pack) (# GER 012713-004-00) 0091 ea.GERSTEL Automatic Tube Exchange (ATEX) Option for MPS 2 BRAND NAME OR EQUAL Includes: Tube automation adapter for MPS 2, 98 position ATEX desorption liner rack, Desorption liner rack holder, 100 ATEX desorption liners, 100 ATEX desorption liner transport adapters (# GER 015121-000-00) 0101 ea.Dynamic Headspace Option for MPS 2 BRAND NAME OR EQUAL (# GER 015192-000-00) 0111 ea.GERSTEL Tube Conditioner TC 2 BRAND NAME OR EQUAL Item allows conditioning of 10 packed tubes or 40 twisters at one time (# GER 012892-000-02) 0121 ea.TDU Adapters BRAND NAME OR EQUAL Item allows TDU tubes to be conditioned using TC 2 (10 pack) (# GER 014496-010-00) 0131 ea.GERSTEL Tube Spiking Apparatus (110VAC) BRAND NAME OR EQUAL (# GER GI01100-000006) 0141 ea.GERSTEL Twister 15 Position Magnetic Stirrer BRAND NAME OR EQUAL (# GER 010822-000-02) 0151 ea.GERSTEL Twister with 0.5mm Film Thickness (PDMS Phase) x 10mm Length (100 pack) BRAND NAME OR EQUAL (# GER 011222-002-00) 0161 ea.GERSTEL Cryogenic Trap BRAND NAME OR EQUAL Item is for single oven multidimensional use. Includes: LN2 cryo-focusing and heated re-injection rate of 0.5 12 deg. C/sec. (# GER 008135-090-00) 0171 ea.GERSTEL Connection Cable BRAND NAME OR EQUAL Item allows operation of stand-alone CTS 2 using MCS board with C505 (# GER 010031-000-00) 0181 ea.GERSTEL MCS Board BRAND NAME OR EQUAL (# GER 007471-000-00) 0191 ea.MACH System for Agilent 7890 GC Dual Column 5 Format Version BRAND NAME OR EQUAL Includes: Replacement 7890 GC oven door, Power supply, Temperature programming through door mounted keypad, 2 x column oven module control kit (# GER 014150-470-02) 0202 ea.Transfer Line Module for 5 Format MACH Column Module BRAND NAME OR EQUAL Item provides mounting platform for GC column module and heat tracing of column to GC oven (# GER 014151-201-00) 0212 ea.Guard Column & Ferrule Kit, 5m x 0.25mm with 10 Ferrules BRAND NAME OR EQUAL (# GER 015200-887-GI) 0222 ea.MACH RTX-5, 5m x 0.18mm x 0.20um BRAND NAME OR EQUAL (# GER 014155-014-00) 0231 ea.GERSTEL MACH System Software BRAND NAME OR EQUAL Item provides software control of up to four MACH column modules in conjunction with recent versions of Agilent GC/MSD ChemStation (# GER 015440-000-00) 0241 ea.MPS or TDS Maintenance & Applications Training Course BRAND NAME OR EQUAL Item provides maintenance and operator training of proposed systems, Price to include tuition and materials transportation, lodging, and additional expenses are not included (# GER GS 1250-00) 0251 ea.Installation of Furnished Systems and Components (Items 001 023) BRAND NAME OR EQUAL (# GER GS 1600-04) 0261 ea.Shipping of Systems and Components (Items 001 023) BRAND NAME OR EQUAL (# GER GS 1900-02) 0271 ea.Agilent 7890A Series GC BRAND NAME OR EQUAL (# GER G3440A) 0281 ea.Agilent 7890A with USA Country of Origin BRAND NAME OR EQUAL (# GER G3440A-999) 0291 ea.Capillary S/SI Inlet with EPC BRAND NAME OR EQUAL (# GER G3440A-112) 0301 ea.Dual FPD with EPC BRAND NAME OR EQUAL (# GER G3440A-241) 0311 ea.Pneumatics Control Module BRAND NAME OR EQUAL (# GER G3440A-309) 0321 ea.Microfluids Dean Switch BRAND NAME OR EQUAL (# GER G3440A-888) 0331 ea.Oven Exhaust Deflector BRAND NAME OR EQUAL (# GER G3440A-306) 0341 ea.Mass Spectrometer Detector Interface BRAND NAME OR EQUAL (# GER G3440A-201) 0351 ea.Installation of Furnished Systems and Components (Items 027 034) BRAND NAME OR EQUAL (# GER G3440A-44K) 0361 ea.Familiarization Training Upon Installation (Items 027 034) BRAND NAME OR EQUAL (# GER G3440A-44L) 0371 ea.5975C Inert MSD Performance Turbo EI/CI Bundle for use with Agilent 7890A, 6890, and 6850 GC BRAND NAME OR EQUAL Includes: MSD with inert EI/CI source, ChemStation PC bundle, LaserJet printer, Ion gauge controller (# GER G3245A) 0381 ea.Oil-free Pump Substitution BRAND NAME OR EQUAL (# GER G3245A-996) 0391 ea.NIST 05 MS Library Bundle BRAND NAME OR EQUAL (# GER G1033A) 0401 ea.Product Installation for NIST 05 MS Library Bundle BRAND NAME OR EQUAL (# GER 1033A-44K) When quoting, please refer to Solicitation W81XWH-08-T-0421. Send responses to Lucas Crumbacker at lucas.crumbacker@us.army.mil Delivery shall be FOB Destination. Delivery is required within 60 working days after receipt of order. The point of delivery shall be: USAMRICD Edgewood Area Bldg 3100, 3100 Ricketts Point Rd Aberdeen Proving Ground, MD 21010-5400 Delivery address will be included in the completed purchase order. Award shall be made to the offeror whose quote offers the lowest priced, technically acceptable offer to the Government. The following FAR provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Item (JAN 2005). The following addenda is added to FAR 52.212-1 (1) Paragraph (b), Offer shall include unit price (as applicable) and proposed delivery for item (after receipt of a contract). Packaging, Packing, Marking: Each item shall be individually packaged to provide physical and mechanical protection during shipment, long-term storage in an environmentally controlled warehouse, and subsequent shipment to the end user. Items and materials sensitive to electromagnetic fields shall be suitably protected. The internal packing material shall be sufficient to prevent damage during shipment, handling and storage. Preservation and protection shall be provided to prevent corrosion, deterioration or decay during warehouse storage for a period of one year. Each individual unit shall be marked with the vendor name, vendors part number, item name, and national stock number. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. FAR 52.212-2 Evaluation Commercial Items (JAN 1999). FAR 52.212-3 (JAN 2005), Offerors Representatives and Certification--Commercial Items. FAR 52.212-4 Contract Terms and Conditions Commercial Items (JAN 2004). FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or executive Orders Commercial Items (JAN 2005)(a)(b), FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (JUL 1995) with Alternate I (OCT 1995)(41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003)(15 U.S.C. 644), FAR 52.219-8 Utilization of Small Business Concerns (MAY 2004)(15 U.S.C. 637(d)(2) and (3)), FAR 52.219-14 Limitations on Subcontracting (DEC 1996)(15 U.S.C. 637(a)(14)), FAR 52.219-28 Post Award Small Business Program Rerepresentation (JUN 2007)(15 U.S.C. 632(a)(2)), FAR 52.222-3 Convict Labor (JUN 2003)(E.O.11755), FAR 52.222-19 Child Labor Cooperation with Authorities and remedies (JAN 2004)(E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (APR 2002)(E.O.11246), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001)(38U.S.C.4212), FAR 52.222-36 Affirmative Action for Special Disable and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans (SEP 2006)(38 U.S.C. 4212), FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004)(e.O. 13201), FAR 52.225-13 Restrictions on certain Foreign Purchases (DEC 2003)(E.o.s., proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), FAR 52.232-33 Payment of Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). Additional clauses incorporated in this acquisition by reference include: FAR 52.202-1 Definitions (JUL 2004), FAR 52.203-2 Certificate of Independent Price Determination (APR 1985), FAR 52.203-5 Covenant Against Contingent Fees (APR 1984), FAR 52.203-7 Anti-Kickback Procedures (JUL 1995), FAR 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (JAN 1997), FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (JAN 1997), FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2005), FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (SEP 2005), FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006), FAR 52.213-3 Notice to Suppliers (APR 1984), FAR 52.223-6 Drug-Free Workplace (MAY 2001), FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement (AUG 1996), FAR 52.242-13 Bankruptcy (JUL 1995), FAR 52.244-5 Competition in Subcontracting (DEC 1996), FAR 52.246-1 Contractor Inspection Requirements (APR 1984), FAR 52.247-34 FOB Destination (NOV 1991), FAR 52.253-1 Computer Generated Forms (JAN 1991), DFARS 252.203-7003 Control of Government Personnel Work Product (APR 1992), DFARS 252.204-7006 Billing Instructions (OCT 2005), DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (DEC 2006), DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005)(41 U.S.C. 10a-10d, E.O. 10582), DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003), DFARS 252.232-7010 Levies on Contract Payments (DEC 2006), DFARS 252.246-7000 Material Inspection and Receiving Report (MAR 2003), USAMRAA 52-004-4005 Army Electronic Invoicing Instructions (FEB 2006), USAMRAA 52.027-4005 Export Contract Act Compliance (DEC 2006). DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), FAR 52.203-3 Gratuities (APR 1984)(10 U.S.C. 2207), DFARS 252.225-7012 Preference for Certain Domestic Commodities (JAN 2007)(10 U.S.C. 2533a), DFARS 252.232-7003 Electronic Submission of Payment Requests (MAR 2007)(10 U.S.C. 2227), DFARS 252.243-7002 Requests for Equitable Adjustment (MAR 1998)(10 U.S.C. 2410), DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002)(10 U.S.C. 2631), DFARS 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000)(10 U.S.C. 2631) 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) Referenced FAR, DFARS, AFARS, and USAMRAA clauses and provisions can be found at www.usamraa.army.mil under the References link. Offers may be submitted on company letterhead or stationary and must include the following information: Company name, contact information, item nomenclature, item part number, NSN, unit price, payment terms and discount offered for prompt payment and must include the required FAR 52.212-3 Offeror Representations and Certification Commercial Items (JAN 2005) of which copies can be obtained by downloading the document from www.arnet.gov/far. Closing date and time for receipt of quote is September 19, 2008 at 2:00 p.m. Eastern Standard Time. Submit offer in accordance with FAR provision 52.212-1. Copies of FAR Clause 52.212-3 may be accessed via the Internet at www.arnet.gov/far. A formal notice of changes, if applicable will be issued in the FedBizzOpps (www.eps.gov) via an amendment(s). Copies of clause 52.212-3 will be provided upon offeror's request. Should you have any questions, please contact Lucas Crumbacker at 301-619-1361 or via e-mail: lucas.crumbacker@us.army.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=40a2613205ab6c4f7a505132d9f2a386&tab=core&_cview=1)
- Place of Performance
- Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD<br />
- Zip Code: 21702-5014<br />
- Zip Code: 21702-5014<br />
- Record
- SN01659553-W 20080906/080904221349-40a2613205ab6c4f7a505132d9f2a386 (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 |