Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 10,1998 PSA#2219

FISC 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