|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 10,1998 PSA#2219FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St.,
Suite 600, Norfolk, VA 23511-3392 66 -- MERCURY ANALYSIS SYSTEM SOL N00189-99-Q-0323 DUE 112398 POC Mary
Anne Weathers, Lead Purchasing Agent, Code 202.555, (757)445-6566 This
is a combined synopsis/solicitation for a commercial item prepared in
accordance with the format prescribed in Subpart 12.6 of the FAR, as
supplemented with additional information included in this notice. This
announcement constitutes the request for the required item. Proposals
are hereby requested under RFQ N00189-99-Q-0323, a subsequent
solicitation document will not be issued. FISC Acquisition Group
Norfolk intends to purchase on a sole source basis, 1 each, Mercury
Analysis System, each system to include the following: 1 each, Model
2600 System Control Module (SCM); 2 each, Pure Gold Analytical
Cartridges, with Heater; 1 each, Sodalime Cartridge; 1 each, Mecury
CVAFS Detector Module; 2 each, Front Panel Ball Flowmeters, one
Flowmeter shall have a range of 0 to 200 ml/min and the otehr shall
have a range of 0 to 500 ml/min. Both Flowmeters shall have top panel
delivery line terminations; 2 Each, Solenoid Connectors and Fittings,
one 3-way and one 4-way; 1 each, A/D Convertor Module; 1 each, Phase
Seperator; 1 each, Model 2610 Liquid Handling Module (LHM) with (1)
Recirculating Wash Station Pump; 1 each, Model 2620 Automatic Sample
Changer (Basic Module); 4 each, Sample Rack, 6x2 (12x60ml) with Case of
24 Teflon Sample Tubes; 1 each, Tekran-MDS S/W Package; 1 each, PC:
Pentium 233/32mb/2gb/14" Monitor, with Windows '98. System is
Manufactured by Tekran, Inc., Toronto, Ontario, Canada. Delivery is 60
Days/ARO. FOB POINT: Destination to Portsmouth, Va 23709, Marked For
a naval installation. Offers other then FOB Destination shall be
ineligible for the award. The following FAR provisions and clauses
apply to this solicitation and are incorporated by reference: FAR
52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-2
Eval-Commercial Items, FAR 52.212-3 Offeror Representations and
Certifications-Commercial Items, FAR 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive Orders: The
following numbered subparagraphs under paragraph (b) of this apply:
(6),(7),(8), and (9), The RFQ document, provisions and clauses which
have been incorporated are those in effect through FAC 97-04. The
following Defense FAR Supplement (DFAR) provisions and clauses apply to
this solicitation and are incorporated by reference, with the exception
of DFAR 252.204-7004 which will be in full text. DFAR 252.225-7000 Buy
American Act-Balance of Payments Program Certificate (DEC 1991), DFAR
252.212-7001 Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense Acqusitions of
Commercial Items (FEB 1997). The following clause under paragraph (b)
of this clause apply: DFAR 252.225-7001. Award will be made to the
eligible, responsible offeror whose offer conforms to the solicitation,
and is the most advantageous in price to the government. DFAR
252.204-7004 (MAR 1998), Required Central Contractor Registration, (a)
Definitions. As used in this clause -- (1) "Central Contractor
Registration (CCR) Database" means the primary DOD repository for
contractor information required for the conduct of business with DOD.
(2) "Data Universal Numbering System (DUNS) number" means the 9-digit
number assigned by Dun and Bradstreet Information Services to identify
unique business entities. (3) "Data Universal Numbering System+4
(DUNS+4) number" means the Duns number assigned by Dun and Bradstreet
plus a 4-digit suffix that may be assigned by a parent (controlling)
business concern. This 4-digit suffix may be assigned at the discretion
of the parent business concern for such purposes as identifying
subunits or affiliates of the parent business concern. (4)"registered
in the CCR Database" means that all mandatory information, including
the DUNS number or the Duns+4 number, if applicable, and the
corresponding Commercial and Government Entity (CAGE) code, is in the
CCR database; the DUNS nuber and the CAGE code have been validated; and
all edits have been successfully completed. (b)(1) By submission of an
offer, the offeror acknowledges the requirement that a prospective
awardee must be registered in the CCR database prior to award, during
performance, and through final payment of any contract resulting from
this solicitation, except for awards to foreign vendors for work to be
performed outside the United States. (5) The offeror shall provide its
DUNS or, if applicable, its DUNS+4 number with its offer, which will be
used by the Contracting Officer to verify that a offeror is registered
in the CCR database. (6) Lack of registration in the CCR database will
make an offeror ineligible for award. (7) DOD has established a goal of
registering an appliciant in the CCR database within 48 hours after
receipt of a complete and accurate application via the Internet.
However, registration of an applicant submitting an application through
a method other than the Internet may take up to 30 days. Therefore,
offerors that are not registered should consider applying for
registration immediately upon receipt of this solicitation. (c) The
contractor is responsible for the accuracy and completenessof the data
within the CCR, and for any liability resulting from the Government's
reliance on inaccurate or incomplete data. To remain registered in the
CCR database after the initial registration, the contractor is required
to confirm on an annual basis that is information in teh CCR data base
is accurate and complete. (d) Offerors and contractors may obtain
information on registration and annual confirmation requirements by
calling 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil
As a minimum responsible sources should provide this office; a price
proposal on letterhead or a SF1449 for the requested items with unit
price, extended price, prompt payment terms, remittance address, and a
completed copy of FAR 52.212-3. Responses to this solicitation are due
by COB November 23, 1998. All offers shall be mailed to; Norfolk
Acquisition Group, Hampton Roads Detachment, Fleet & Industrial Supply
Center, 1968 Gilbert St., Suit 600, Attn: Mary Anne Weathers, Code
202.5, Norfolk, Va 23511-3392, Reference RFQ N00189-99-Q-0323. Posted
11/06/98 (W-SN269296). (0310) Loren Data Corp. http://www.ld.com (SYN# 0203 19981110\66-0008.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|