MODIFICATION
66 -- Upgrades to GCMS Equipment
- Notice Date
- 8/16/2011
- Notice Type
- Modification/Amendment
- Contracting Office
- Box 25046 MS 204, Denver, CO 80225
- ZIP Code
- 80225
- Solicitation Number
- 0040010252
- Response Due
- 8/17/2011
- Archive Date
- 2/13/2012
- Point of Contact
- Name: Don Downey, Title: Contract Specialist, Phone: 3032369331, Fax: 3032365859
- E-Mail Address
-
ddowney@usgs.gov;
- Small Business Set-Aside
- N/A
- Description
- MODIFICATION NOTICE:Bids are being solicited under solicitation number 0040010252. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 269628. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-08-17 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Denver, CO 80225 The US Geological Survey requires the following items, Brand Name or Equal, to the following: LI 001, BACKFLUSH OPTON FOR 12 HP6980 GAS CHROMATOGRAPHS.Each System Requires: a. G1570A Three Channel of auxiliary EPC for 6890;b. Installation (44K);c. G1472A Universal GC/MS PCT Backflush Kit;d. Supplemental Installation;e. Travel to/from Denver Federal Center, Denver, CO.; andf. Fused silica column, deactivated -0.25 mm X10 meter. BRAND NAME OR EQUAL TO SALIENT CHARACTERISTICS., 12, EA; LI 002, Mass hunter data analysis software upgrade includes:a. G6849A Mass Hunter Data Analysis for GC/MS;b. Installation (44L);c. Familiarization at Installation;d. H2149A Chemical analysis consulting (3 day on site); e. Travel to/from Denver Federal Center, Denver, CO.; andf. H5949A Supplemental Installation. BRAND NAME OR EQUAL TO SALIENT CHARACTERISTICS., 1, EA; LI 003, Triple Axis Detector Upgrade for 5 Agilent 5975 Mass Spectrometers includes:a. G3392A Triple Axis Upgrade Kit;b. Installation (44K);c. Familiarization at installation;d. Travel to/from Denver Federal Center, Denver, CO.; e. G1617EA G1701EA MSD Chemstation upgrade;f. Installation (44K); andg. Familiarization at installation. BRAND NAME OR EQUAL TO SALIENT CHARACTERISTICS., 5, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, US Geological Survey intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. US Geological Survey is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. A seller must have a current registration in the following four databases to receive this award: 1. CCR RequirementThe USGS requires registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov. 2. FEDCONNECT RequirementAwards will be made to vendors registered in the FedConnect database. Vendors may complete registration in FedConnect at https://www.fedconnect.net. 3. ORCA RequirementORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ 4. IPP RequirementElectronic Invoicing and Payment Requirements - Internet Payment Platform (IPP) APRIL 2011 Beginning May 1, 2011, payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP). Payment terms for existing contracts and orders awarded prior to May 1 remain the same. The Contractor must use IPP for contracts and orders awarded May 1 and later, and must use the non-IPP invoicing process for those contracts and orders awarded prior to May 1. "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https://www.ipp.gov. The Contractor must use the IPP website to enroll, access and use IPP for submitting requests for payment. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. No partial shipments are permitted unless specifically authorized at the time of award. FAR CLAUSE 52.211-6 BRAND NAME OR EQUAL incorporated by Reference. Bids including other-than-Brand Name products/services shall include supporting documentation that demonstrates the capabilities of the product/service to meet ALL salient characteristics. GS0110BRAND NAME OR EQUAL INSERTS(JULY 2001) Line Item Number _______ : BIDDING ON/PROPOSING: Manufacturer's Name ___________________________ ; Address, Phone & Website _______________________________________ ; Brand or Product Name__________________________ ; Model Name & No. ______________________________ ; and Specifications Web Site ________________________________. The salient characteristics are as follows: Three channels of auxiliary electronic pressure control in Agilent Chemstation revision D.02 or higher data acquisition software and be 100% compatible with Agilent 6890 Gas Chromatograph and include all software/firmware upgrades and installation Three channels of auxiliary EPC for 6890 and backflush kit including all parts and installation with ten meter deactivated fused silica column of 0.25 mm for venting column. See:http://www.chem.agilent.com/Library/technicaloverviews/Public/5990-5484EN.pdf Vendor Must supply data analysis software upgrade and installation on 10 government owned computers for perform library searches using NIST and Wiley libaries, perform deconvolution bbased on AMDIS functions, process Chemstation files for compound identification and quantation for electron impact (EI), chemical ionization (PCI, NCI), and selected ion monitoring (SIM) for data files from Chemstation version D.02 and higher, accept and displace signals form non-MSD detectors, such as electron capture (ECD), provide familiarization training on the operation and installation of the software and provide three days of on site technical training and targeted application support for converting data analysis analytical methods to new software by Agilent trained application specialist. Triple Axis Detector Upgrade for 5 Government owned HP5975 Mass Spectrometers:The triple-axis detector upgrade to the Agilent 5975 mass spectrometers must include 100% compatible with the existing ion source that shall allow the existing government owned Agilent 5975 B and C model to provide 400:1 S/N for 1 pg OFN. Vendor must provide acquisition software that is 100% compatible with to operate the 6890N gas chromatograph and Agilent 5975 B and C mass spectrometers including the supplied ion source upgrade including but not limited to value configurations, gas flows, temperature, ion acquisition control, and collect SIM and full scan outputs simultaneously. Vendor must provide these materials, installation and familiarization of the use of the products. See:http://www.chem.agilent.com/en-US/Products/Instruments/ms/gc-ms/systems/5975cseriesgcmsd/pages/gp43033.aspx#tad Agilent Technologies, United States5301 Stevens Creek BlvdSanta Clara, CA 95051United StatesToll-Free: +1 800 227 9770Website: www.agilent.com/chem The resources acquired in this investment must meet all applicable standards established by the Access Board in 36 CFR Part 1194, including technical, functional performance, information, documentation, and support standards. The products, services, information and data that are provided to the Government or the public as a result of this acquisition shall afford individuals with disabilities accessibility comparable to that afforded to individuals without disabilities. Standards applicable to this acquisition include: __X__ Software Applications and Operating Systems 1194.21_____ Web-based Intranet and Internet Information and Applications 1194.22_____ Telecommunications Products 1194.23_____ Video or Multimedia Products 1194.24_____ Self-Contained, Closed Products 1194.25_____ Desktop and Portable Computers 1194.26__X__ Functional Performance criteria 1194.26__X__ Information, Documentation, and Support 1194.41 Information Technology Security FISMARequirements Summary 1.Background Investigation Not applicable.2.Non-disclosure Agreement Not applicable.3.Training Not applicable.4.Personnel Changes Not applicable.5.Contractor Location Not applicable.6.Applicable Standards Not applicable.7.Asset Valuation Not applicable.8.Property Rights Not applicable.9.Independent Verification and Validation (IV & V) Not applicable.10.Certification & Accreditation Not applicable.11.Internet Logon Banner Not applicable.12.Incident Reporting Not applicable.13.Quality Control (Malicious Code) All software and hardware shall be free of malicious code.14.Self Assessment Not applicable.15.Vulnerability Analysis Not applicable16.Logon Banner Not applicable.17.Security Controls Not applicable.18.Contingency Plan Not applicable
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/0040010252/listing.html)
- Place of Performance
- Address: Denver, CO 80225
- Zip Code: 80225
- Zip Code: 80225
- Record
- SN02537225-W 20110818/110817000652-1b39d326a160ac48dda6ed534885c417 (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 |