SOLICITATION NOTICE
66 -- IMS System
- Notice Date
- 9/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- N42794 NSWC Explosive Ordnance Disposal Technology Division 2008 Stump Neck Road Indian Head, MD
- ZIP Code
- 00000
- Solicitation Number
- N4279412Q0076
- Response Due
- 9/18/2012
- Archive Date
- 10/3/2012
- Point of Contact
- Robyn Moore 301-744-6885
- 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 number for this procurement is 1300282217 and this is a Request For Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60.This announcement will be issued as a combined synopsis/solicitation. This requirement is 100% set aside Small Business. The anticipated award will be a Firm Fixed Price Contract, the award will be made based on the lowest price. The North American Industry Classification System (NAICS) code is 334516. The SB size standard for this code is 500 employees CLIN0001 1 ea: Research Tool Kits, Kit including Excellims UIMSC Ion Mobility Spectrometer(IMS) Controller, including a National Instrument data acquisition card (16-bit, 250 kS/s), V power supply, temperature controller, IMS gate controller, etc. Modular High Performance Ion Mobility Spectrometer HPIMS), including Electrospray ionization source that could be used for continuous sample infusion or interfaced to an autosampler (not included); Excellims proprietary HPIMS (patents pending) that can be operated in either positive or negative ion modes; from ambient temperature to 220 MS Ready: design features that enable the IMS to be interfaced to a mass spectrometer CLIN0002 1ea: User changeable Corona Discharge Unit: Corona discharge ionization source module includes all necessary high voltage, electronics control, and gas supply subsystems that are readily interface to the HPIMS unit. CLIN0003 1ea: Excellims VisIonTM IMS data acquisition, instrument control and data analysis software package CLIN0004 1ea: Thermal desorber designed to evaporate solid samples into the IMS? gas inlet; the unit can be operated up to 250ΓΈC, allowing evaporated samples to be directly introduced into the drift tube. CLIN0005 1ea: Drift Gas Modification Unit (DGMU) for the advanced IMS separation method development; better ion mobility based separation could be achieved using structure selective ion-molecular interaction. CLIN0006 1ea: One (1) day on-site training Or equal items will be accepted as long as item meets the following: Multiple interchangeable ionization sources User control of Drift voltage User control of the internal and external ion gate voltages and width User control of the operational temperature User control of the ionization source voltage Use of multiple drift gases Uses of multiple dopants All items shall be delivered FOB Destination to Indian Head, MD 20640-5070. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract terms and conditions-Commercial Items; FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.211-6, Brand Name or Equal; FAR 52.212-5 Contract terms and Conditions required to implement statutes or executive orders-Commercial Items, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2 Clauses incorporated by reference; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests. Points of contact: Contract Specialist/Administrator: Robyn L. Moore, Civ, Telephone: (301) 744-6885, Fax: FAX: 301-744-4055 E-Mail: robyn.moore@navy.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Facsimile and email offers will be accepted. Response Time- Request for Quotation will be accepted at the Naval EOD Technology Division, 2008 Stumpneck Road BLDG. 2008 Indian Head, MD 20640-5070 not later than 1000 (10:00 a.m.) Easter Standard Time on 18 Sep 2012. All quotes must be marked with RFQ number and title.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N42794/N4279412Q0076/listing.html)
- Place of Performance
- Address: Naval EOD Technology Division, 2008 Stumpneck Road BLDG. 2008, Indian Head, MD
- Zip Code: 20640
- Zip Code: 20640
- Record
- SN02872340-W 20120909/120908000237-d3e497601a0514211a1c5765a9f1b663 (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 |