|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1998 PSA#2161DHHS, PHS, CDC, NIOSH, ALOSH, 1095 Willowdale Rd., Morgantown, WV
26505-2888 66 -- SCANNING MOBILITY PARTICLE SIZER (SMPS) SOL RQ98-039 DUE 090398
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; BIDS ARE BEING
REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This
solicitation is issued as Request for Quotation RQ98-039. This
procurement is being issued unrestricted. The Standard Industrial
Classification is 3826 with a size standard of 500 employees. This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-4. The National
Institute for Occupational Safety and Health (NIOSH), requires the
following: ONE(1) EACH -- Scanning Mobility Particle Sizer System
(SMPS) Brand name or equal to TSI Model 3932L. System includes (1.)
3071A Electrostatic Classifier; (2.) 390088 SMPS Interface Pack
(contains impactor, pressure gauge, hardware, cables, software, and
manuals; (3.) 3033 Vacuum Pump and (4.) 3010 CPC. GOVERNMENT
SPECIFICATIONS: System shall measure particles sizes in the range 0.01
to 1 um; Shall measure concentration ranges between 1 and 10**6
particles/cc; Shall contain Windows bases software to perform data
acquisition, statistical analysis, and plotting in real time; Should be
capable of using the CPC and Classifier separately if needed; and Shall
be capable of making all measurements in less than 45 sec. EVALUATION
FACTORS: Offers will be evaluated on their ability to meet or exceed
the stated specifications and demonstrated past performance on
contracts of similar size and complexity to this requirement. Technical
proposals and cost or price are approximately equal in importance. The
Government intends to make a single award to the responsible offeror
whose proposal conforms to all requirements of the solicitation and is
considered the best value to the Government. The Government desires
delivery of all units within 2-3 weeks after contract award. If an
offeror is unable to meetthe desired schedule, it may without
prejudicing evaluation of its offer, propose a different delivery
schedule provided it does not extend beyond the Government's required
schedule of each CLIN within 30 days. The Government will evaluate
based on F.O.B. Destination (Morgantown, West Virginia) and the
requirements at FAR 52.214.21 "Descriptive Literature" apply.
Information provided must demonstrate the unit's ability to meet the
specification or your offer may be rejected. The following FAR
provisions apply to this solicitation: 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.
Additionally, the following FAR clauses cited in Clause 52.212-5 are
also applicable to this acquisition as follows: FAR 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." Submit the
following to DHHS, PHS, CDC, NIOSH, ALOSH, Attn: Brenda Goodwin, 1095
Willowdale Road, Morgantown, WV 26505: (1) original and three copies
of a completed SF 1449, signed by an individual authorized to bind the
organization; (2) Pricing Schedule for the SMPS system; (3) completed
Representations and Certifications -- Commercial Items, FAR 52,212-3;
(4) descriptive literature for evaluation purposes; (5) Past
performance information (include names and addresses of Company/
Government Agency, name and telephone numbers of customer contacts
along with contract number, and description of work performed with your
offer.); and (6) acknowledgment of solicitation amendments, if any.
Offers are due by 4:30 p.m. on September 3, 1998. Facsimile Bids are
authorized. Offers that fail to furnish the required information, or
reject the terms and conditions of the solicitation may be excluded
from consideration. Information regarding this notice can be obtained
from Brenda Goodwin at (304)285-5882 or by fax at (304) 285-6083. All
responsible sources may submit a response, which shall be considered by
the Agency. Posted 08/14/98 (W-SN237447). (0226) Loren Data Corp. http://www.ld.com (SYN# 0349 19980818\66-0015.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|