Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 5,1999 PSA#2317

Department 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