Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1998 PSA#2161

DHHS, 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