Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 1, 2001 PSA #2905
SOLICITATIONS

66 -- 4-GAS MONITORS

Notice Date
July 30, 2001
Contracting Office
Department of the Treasury, Bureau of Alcohol, Tobacco and Firearms, Acquisition Division, Room 3290, 650 Massachusetts Ave., NW, Washington, DC 20226
ZIP Code
20226
Solicitation Number
190200000030
Response Due
August 7, 2001
Point of Contact
Brian WIlkins 202/927-7715 Fax 202/927/8688 email bkwilkins@atfhq.atf.treas.gov
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation documents and all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. This requirement is a 100% small business set-aside. Responses will be accepted only from qualified small businesses under North American Industry Classification System (NAICS) code 334516, the applicable Small Business Size Standard is 500 employees. The following items are to be procured on a firm fixed price contract basis. Desired delivery schedule is 30 days following contract award. The description is as follows: SAF -- 4-gas monitor with 10.6 eV Photo ionization detector (PID) including datalogging, sofware and cable interface accessories; accessories kit; internal pump, lithium ion battery pack w/120v wall charger; collapsible probe with teflon tubing; automotive charger; vibration alarm; black rubber boot; waterproof carrying/storage case for complete kit with minimum inside measurements of 20"L x 16" W x 7 " D; training video, training cd-rom, operational and maintenance manual; alkaline battery adapter; water tap adapter and 10 spare water trap filters and inlet probe; lamp cleaning kit including 2-regulators rated at correct flow for instrument stated above, 30 ea.cylinder calibration gas 100 PPM Isobutylene, 30 ea. Cylinder calibration gas 50 PPM CO, 2.5% CH4, 25 PPM H2S, 20.9% 02; 90 Organic vapor zeroing adapters; semi-annual maintenance, calibration and service contract to include: All sensors, PID and battery replacement, software and firmware up-grades. Service to be performed only by Factory Authorized Service Center to ensure integrity of manufacturer specifications regarding instrument warranty & liabilities. Written factory authorized certification from the original equipment manufacturer must be submitted with bid. Authorized service center must be located with in 250 miles of ATF Headquarters -- Washington, DC to minimize down time of instrumentation. Bidder is responsible for all charges related to service contract including transportation. A minimum of two 4-hour training seminars, conducted by factory authorized personnel only, for ATF SACFI's. Times and locations to be determined by ATF. Bidder is responsible for all charges, including transportation, lodging and meals and must be available within 10 days notice. The following provisions are applicable to this acquisition: (a) FAR 52.212-1, Instructions to Offerors-Commercial, (b) FAR 52.212-4, Contract Terms and Conditions-Commercial Items, (c) FAR 52.212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders-Commercial Items, The provision at FAR 52.212-2 Evaluation-Commercial Items applies to this acquisition. Evaluation factors in declining order of importance are as follows; (1) Technical Quality (2) Past Performance and (3) Cost. Technical Quality and Past Performance combined are more important than cost. Award will be made utilizing the simplified acquisition procedures under FAR Part 13. Awardee must complete a SF-3381 ACH Vendor/Miscellaneous Payment Enrollment form, for payment via electronic funds transfer. Award will be based on meeting the technical specifications listed above, on an ALL or None basis, and the Best Value to the Government. The Government may elect to pay a cost premium to select an offeror whose ratings on non-cost evaluation factors (e.g. technical quality and past performance) are superior. A "premium" is defined as the cost difference between the lowest evaluated cost of a technically acceptable offer and a higher priced offer deemed to be superior from a Technical Quality and/or Past Performance standpoint. The written quoted must include price, best delivery time and product literature that list specifications. Quotes shall be submitted to Bureau of Alcohol, Tobacco and Firearms, 650 Massachusetts Avenue, NW Room 3290, Washington, DC 20226 no later than August 7, 2001, 3:00PM (Washington, DC local time). Quotes maybe faxed to 202/927-8688 or mailed. Questions concerning this procurement should be addressed to Brian Wilkins, Contracting Officer, e-mail bkwilkins@atfhq.atf.treas.gov.
Record
Loren Data Corp. 20010801/66SOL010.HTM (W-211 SN50T410)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on July 30, 2001 by Loren Data Corp. -- info@ld.com