SOLICITATION NOTICE
A -- Acquisition, installation, and training for one each Model Q2000 Differential Scanning Calorimeter and one each Model Q50 Thermogravimetric Analyzer, plus two option years for service/maintenance from TA Instruments-Waters LLC
- Notice Date
- 5/11/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- ACC-RSA - (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W31P4Q-12-T-0121
- Response Due
- 5/17/2012
- Archive Date
- 7/16/2012
- Point of Contact
- Ruth A. Woodham, 256-876-2105
- E-Mail Address
-
ACC-RSA - (Missile)
(ruth.a.woodham@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. W31P4Q-12-T-0121 is being issued as a request for a Firm Fixed Price quote; however, the US Army Aviation and Missile Command intends to issue a sole source purchase order for proprietary Model Q2000 Differential Scanning Calorimeter (DSC) and Model Q50 Thermogravimetric Analyzer (TGA), plus two option years for service/maintenance to TA Instruments-Waters LLC, 159 Lukens Dr, New Castle, DE 19720-2765. TA Instruments-Waters LLC is the only known supplier of the laboratory equipment required by this solicitation. The Authority Cited is: Statutory Authority permitting other than Full and Open Competition for this requirement is 10 USC 2304 (c)(1), as implemented by paragraphs 6.302-1 of the Federal Acquisition Regulation (FAR) entitled - Only one responsible source and no other supplies or services will satisfy agency requirements. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. CLIN 0001 will be issued for one each Q2000 DSC IAW technical requirements listed below, and shall include all shipping costs. CLIN 0002 will be issued for one each Q50 TGA IAW technical requirements listed below, and shall include all shipping costs. CLINS 0003 and 00004 shall include two option years for service/maintenance. The quote shall also include factory installation of the instruments and on-site familiarization/training, system integration, and SICO check out with the instruments. All shipping costs and estimated delivery date shall be included on quote for FOB Destination Redstone Arsenal, AL 35898, as the place of delivery and acceptance is Redstone Arsenal, Alabama, 35898. In the event that multiple offers are received, this action will be awarded on the basis of lowest cost and technically acceptable quote. The Technical Requirements follow: The Q2000 Differential Scanning Calorimeter shall meet the following requirements: 1.Single purpose DSC instrument. Not a combination DSC/TGA instrument; 2. Suitable for both heating and cooling operation; 3. Baseline Curvature 10 Micro Watts; 4. Controlled Heating Rates 0.1 to 100 degrees C/min; 5. Controlled Cooling Rates 0.1 to 100 degrees C/min; 6. Operating range of less than or equal to minus 120 degrees C to greater than or equal to plus 550 degrees C; 7. Liquid Nitrogen Cooling System; 8. User replaceable cell design; 9. Purge Gas Dryer; 10. Sample press and die set for crimped and hermetic sample encapsulation; and 11. TA Advantage Analysis Software. The Q50 Thermogravimetric Analyzer shall meet the following requirements: 1.Single purpose TGA instrument. Not a combination DSC/TGA instrument; 2. Autoswitching dual range microbalance; 3. Microbalance lower range 0 to 200 mg; 4. Microbalance upper range 1 gram maximum sample size; 5. Ambient to plus 1000 degrees C operating range; 6. Controlled Heating Rates 0.1 to 100 degrees C/min; and 7. TA Advantage Analysis Software. All responsible sources may submit an offer, which shall be considered by the Agency, if received by 17 May 2012, 2:00 pm, (CST). Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. Provision 52.212-1, Instructions to Offerors - Commercial; Provision 52.212-2, Evaluation of Commercial Items; Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; Clause 52.212-4, Contract Terms and Conditions - Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; Clause 252.232-7003, Electronic Submission of Payment Requests; Clause 252.212-7001 Contract Terms and Conditions; and Clause 52.232-7003, Army Electronic Invoicing Instructions, are applicable to this acquisition; other clauses may be included in the award if applicable. Payment will be made via Wide Area Workflow (WAWF) in accordance with DFARS 252.232-4003. Quotes are due no later than 2:00 pm, (CST), 17 May 2012, in the contracting office, Building 5400, Room B132, Redstone Arsenal, Alabama, 35898-5250. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. Electronic quotes are preferred and may be submitted to: ruth.a.woodham@us.army.mil or via facsimile at 256.313.2392, marked to the attention of Ruth Woodham. Quotes/offers received after the specified due date and time will not be considered for award. For further information regarding this solicitation, contact Ruth Woodham, 256.876.2105.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ee194b1e63725b054338f1de3d219ded)
- Place of Performance
- Address: ACC-RSA - (Missile) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN02746429-W 20120513/120512000013-ee194b1e63725b054338f1de3d219ded (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 |