|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 2,1997 PSA#1921DHHS, PHS, CDC, NIOSH, ALOSH, 1095 Willowdale Rd., Morgantown, WV
26505-2888 66 -- AUTOMATED ION ANALYZER SOL RQ97-040 DUE 091897 POC Brenda
Goodwin, 304/285-5882/Contracting Officer, Rex S. Wolfe, 304/285-5883
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. This solicitation, Request
for Quotation No. RQ97-040, is being issued unrestricted. The Standard
Industrial Classification is 3829 with a size standard of 500
employees. This solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 90-46.
Furnish to the National Institute for Occupational Safety and Health
(NIOSH), 1095 Willowdale Road, Morgantown, WV, the following Contract
Line Item 001 -- 1 EACH -- AUTOMATIC ION ANALYZER, brand name or
functional equivalent to Lachat QuikChem 4000 (Zellweger Analytics).
Salient Features -- To be considered equivalent the analyzer shall
provide: (1) measurement of nitrites and nitratesat a sensitivity of
1-5 M; (2) simultaneous measurement of lactate dehydrogenase; (3) use
of flow injection analysis and ion chromatography technologies; (4) an
automatic sequential sampler capable of measuring a large number of
samples (96 tubes) sequentially and automatic addition of reagents at
timed intervals; (5) computer driven via a Pentium/Windows system
(automatic computation of standard curve, data are outputted
graphically); (6) a system shall be sensitive enough that a very small
portion of the sample, such as 10-20 microliters, can be diluted into
about 1.0 ml and then measured, with the computer back-calculating to
the proper concentration, thus conserving a larger portion of the
original sample; (7) instrument support by the vendor to include onsite
installation and training and (8) an adequate warranty of at least one
year. The Government intends to make a single award to the responsive,
responsible offeror whose offer is considered to be most advantageous
to the Government. Offerors are advised that the following FAR
provisions apply to this RFQ: FAR 52.212-1, "Instructions to Offerors
-- Commercial Items"; 52.212-4, "Contract Terms and Conditions --
Commercial Items"; and 52.212-5 "Contract Terms and Conditions Required
to Implement Statutes or Executive Orders -- Commercial Items." The
following FAR clauses cited in Clause 52.212-5 are also applicable to
this acquisition: 52.222-3 "Convict Labor"; 52.233-3 "Protest After
Award"; 52.222.26 "Equal Opportunity"; 52.222-35 "Affirmative Action
for Special Disabled and Vietnam Era Veterans"; 52.222-36 "Affirmative
Action for Handicapped Workers"; 52.222-37 "Employment Reports on
Special Disabled Veterans and Veterans of Vietnam Era"; 52.225-3 "Buy
American Act -- Supplies"; 52.225-18 "European Community Sanctions for
End Products." Offers are due September 18, 1997, at 2:00 p.m. local
prevailing time. Fascimile submissions are notauthorized. Quotes should
be submitted as follows: (1) one original and two copies of a completed
SF 1449, signed by an individual authorized to bind the organization;
(2) a Schedule of Offered Supplies/Services containing pricing of items
comprising the system being offered, published price lists (if
applicable) and a delivery schedule; (3) completed Representations and
Certifications -- Commercial Items, FAR 52.212-3; (4) descriptive
literature and demonstrated experience for evaluation purposes; and (5)
acknowledgment of amendments, if any. Submit to: DHHS, PHS, CDC, NIOSH,
ALOSH, Attn: Brenda Goodwin, 1095 Willowdale Road, Morgantown, WV
26505. Offers that fail to furnish the required information, or reject
the terms and conditions of the solicitation may be excluded from
consideration. Award of a firm fixed- price order is estimated to be
made on or before September 22, 1997. Information regarding this notice
can be obtained from Brenda Goodwin at (304)285-5882/5876 or by fax at
(304) 285-6083. All responsible sources may submit a response, which
shall be considered by the Agency. (0239) Loren Data Corp. http://www.ld.com (SYN# 0294 19970902\66-0001.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|