|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 5,1999 PSA#2317Department of the Treasury (DY) -- US Customs Service, Field
Procurement Services Group, 6026 Lakeside Blvd., Indianapolis, IN
46278 66 -- PURCHASE OF BENCHTOP HIGH RESOLUTION GAS CHROMATOGRAPH -- MASS
SPECTROMETER (GC/MS) SYSTEM SOL CS-I-99-019 DUE 050499 POC Lee
Sullivan, Contracting Officer at (317) 298-1180 ext.1119, Beverly
Tyree, Contract Specialist at (317) 298-1180 ext.1122 This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in Federal Acquisition Regulation (FAR),
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, numbered CS-I-99-019, is issued as a request
for proposal and incorporates provisions and clauses that are in effect
through Federal Acquisition Circular 97-10. The standard industrial
classification code is 3826, with a small business standard of 500
employees. The U.S. Customs Service Laboratory in San Francisco,
California requires a benchtop (can be installed and operated on a
tabletop) high resolution gas chromatograph -- mass spectrometer
(GC/MS) system which will be used for the quantitative, sensitive and
specific analysis of complex samples. DESIGN SPECIFICATIONS: (1) The
Mass Spectrometer System shall include: (a) Reverse-geometry
double-focusing ion optics; (b) 2000 amu mass range at 1.25kV
accelerating potential; (c) Computer selectable fixed or variable slits
providing at least four different resolutions up to and including 5000
using a 20% valley definition; (d) Positive and negative ion
facilities; (e) Dedicated EI and CI ion sources; (f) Fully automated
and protected differentially pumped vacuum system using turbomolecular
pumps; (g) Interface supplied with the MS system for use with a
Hewlett-Packard 6890 GC; (h) Two sets of instruction manuals and
schematic diagrams. (2) Direct introduction probe that is capable of
using the EI and CI ionization methods. (3) Linked scan unit that is
capable of performing MS/MS analysis with the mass spectrometer system.
(4) Hewlett Packard (HP) 6890 GC (split/splitless with EPC), integrated
HPIB interface, and transfer line including: (a) Split/splitless and
cold on-column injectors; (b) Pneumatic and temperature control; (c)
Autosampler with 100 vial or larger sample tray; (d) Flame Ionization
Detector; (e) Sub-ambient oven cooling with liquid carbon dioxide; (f)
RS232 interface for MS Data System Control of GC. (5) GC/MS Data
System Hardware shall include: (a) Computer workstation with: 450 MHz
Pentium II CPU; Intel 440BX chipset; Windows 98 operating system; 128
Megabytes of RAM. (b) 21" high resolution color monitor. (c)
12-Gigabyte hard disk drive. (d) 1.44 Megabyte floppy disk drive. (e)
40X CD-ROM disk drive. (f) Ethernet communication adapter. (g) ZIP
100MB Internal drive. (h) HP 4000 (or later model) laser-jet printer.
(6) GC/MS Data System Software shall include: (a) a computerized data
system to control the gas chromatograph, mass spectrometer, and to
provide data analysis, mass spectral library searching, and data
storage; (b) NIST/EPA/MSDC Mass Spectral Database; (c) Wiley Registry
(6th) Mass Spectral Database. Delivery of the equipment shall be made
FOB destination inside consignee's premises within 120 calendar days of
contract award. Delivery and installation shall be made to the U.S.
Customs Service Laboratory, 630 Sansome Street, Room 1429, San
Francisco, CA 94111. the contractor shall provide, in accordance with
the SOW, on-site operator training in the operation of the equipment
following installation and tuition for 2 individuals for a five-day
training course on the use of the instrument at the manufacturers
training facility. The contractor, consistent with industry practices,
shall provide a minimum of a one year warranty on all parts and labor
and on all the hardware and software purchased. The following FAR
clauses and provisions apply to this acquisition: 52.212-1,
Instructions to Offerors -- Commercial Items; 52.212-2, Evaluation --
Commercial Items, with the following evaluation criteria included in
paragraph (a) of the provision: 1. Offeror's product must demonstrate
complete compliance with every technical and performance specification
in the SOW with the evaluation to include overall system design with
respect to the complete integration of all components and software, and
overall system specifications and performance. 2. Offeror's past
performance will be evaluated. Award will be made to a responsive
responsible offeror with a technically acceptable offer, and at fair
and reasonable prices; FAR 52.212-3, Offeror Representations and
Certifications -- Commercial Items; FAR 52.212-4, Contract Terms and
Conditions -- Commercial Items applies to the resultant contract along
with FAR 52,212-5, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders -- Commercial Items with the following
additional FAR clauses in paragraph (b): 52.203-6, Restrictions on
Subcontractor Sales to the Government, with Alternate I; 52.219-8,
Utilization of Small Business Concerns; 52.219-14, Limitations of
Subcontracting; 52.222-21, Prohibition of Segregated Facilities;
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; and 52.222-37, Employment Reports on Special
Disabled Veterans and Veterans of the Vietnam Era; 52.225-3, Buy
America Act-Supplies; 52.225-18, European Union Sanction for End
Products; and Department of the Treasury Acquisition Regulation
provision 1046.672. The solicitation includes the following documents
by addenda: Statement of Work (SOW), and Offeror Representations and
Certifications -- Commercial Items. The addenda may be obtained by a
written request to Beverly Tyree, Contract Specialist, at the address
cited below. Offer(s) are due to the Contracting Officer on May 4,
1999, (not later than 4:00 p.m. local time), at the U.S. Customs
Service, Field Procurement Services Group, 6026 Lakeside Boulevard,
Indianapolis, IN 46278. Questions regarding this acquisition must be
submitted in writing no later than April 23, 1999. Offerors are advised
to submit the following documents in their proposal package: Signed
offer letter citing the solicitation number, a completed price
schedule, a completed copy of FAR 52.212-3, a commercial price list, a
copy of their warranty, and two copies of descriptive literature for
their equipment. Facsimile responses will not be accepted. This is a
full and open competition, and all responsible sources may submit a
proposal that shall be considered by the agency. Posted 04/01/99
(I-SN315220). (0091) Loren Data Corp. http://www.ld.com (SYN# 0300 19990405\66-0010.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|