Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2006 FBO #1637
SOLICITATION NOTICE

65--65 -- Q-TRAP SYSTEM

Notice Date
5/19/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs, VA Special Services, Contracting Officer, 1432 Sultan Street, Suite C, Frederick, Maryland 21702-5006
 
ZIP Code
21702-5006
 
Solicitation Number
2855-5264-0004
 
Response Due
5/30/2006
 
Archive Date
6/29/2006
 
Small Business Set-Aside
N/A
 
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; quotes are being requested and a written solicitation will not be issued. This solicitation RFQ2855-5264-0004 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08. No telephone requests will be accepted. Only written requests received directly from the requester are acceptable. If requesting by FAX, you may send your request to 301-619-3613, ATTN: Wanda Y. Edwards. It is the Offerors responsibility to ensure that the quote is received. The North American Industry Classification System (NAICS) number is 334516 and the business size standard is 500. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. This action is unrestricted. Women and small disadvantaged business are encouraged to submit offers. See below for the list of equipment required, OR equivalent. Far provision at FAR 52.211-6, Brand Name or Equal, applies to this requirement. If the quote is for an ?equal? product, specification sheets, manufacturer and part number of the item must be included in the quote. If schedule holders respond list the schedule number and include a copy of your schedule pricing with your response. The Veterans Affairs Special Services (VASS) Office has a requirement for the following item(s): Line Item 0001 3200 Q Trap Applied Mkts System Pkg, ? MFR: Agilent ? MFR P/N: 4365402 or equal - 1 EA - UNIT PRICE _________________, TOTAL PRICE___________________. Line Item 0002 Automaton Add-On for Analyst, ? MFR: Applied Biosystems ? MFR P/N: WC026530 or equal - 1 EA - UNIT PRICE ____________, TOTAL PRICE______________. Line Item 0003 Q Trap Bio Basic Operator Training, ? MFR: Applied Biosystems ? MFR P/N: N020-0526 or equal - 8 EA - UNIT PRICE ____________, TOTAL PRICE_______________. Line Item 0004 Metabolite ID Add-On for Analyst 1.3/1.4, ? MFR: Applied Biosystems ? MFR P/N: 1004153 or equal - 1 EA - UNIT PRICE ____________, TOTAL PRICE_____________. Line Item 0005 Agilent 1100 Series Binary Pump Kit, ? MFR: Applied Biosystems ? MFR P/N: WH025886 or equal - 1 EA - UNIT PRICE _____________, TOTAL PRICE______________. Line Item 0006 Agilent 1100 Series Autosampler Kit, ? MFR: Applied Biosystems ? MFR P/N: WH025888 or equal - 1 EA - UNIT PRICE _____________, TOTAL PRICE______________. Line Item 0007 Agilent 1100 Series Control Module, ? MFR: Applied Biosystems ? MFR P/N: WH025874 or equal - 1 EA - UNIT PRICE _____________, TOTAL PRICE_______________. Line Item 0008 Agilent 1100 Series Micro Vac Degasser, ? MFR: Applied Biosystems ? MFR P/N: WH027029 or equal - 1 EA - UNIT PRICE __________, TOTAL PRICE_____________. Line Item 0009 Agilent 1100 UV/VIS Detec.w/St Flow Cell, ? MFR: Applied Biosystems ? MFR P/N: WH026551 or equal - 1 EA - UNIT PRICE _________, TOTAL PRICE________. Line Item 0010 Agilent 1100 TC Column Compartment, ? MFR: Applied Biosystems ? MFR P/N: WH025872 or equal - 1 EA - UNIT PRICE ___________, TOTAL PRICE____________. Line Item 0011 Agilent 1100 Ext Cont & Vial No Board Kit, ? MFR: Applied Biosystems ? MFR P/N: WH025899 or equal - 1 EA - UNIT PRICE ________, TOTAL PRICE___________. Line Item 0012 NT-Based Peripheral Cable, ? MFR: Applied Biosystems ? MFR P/N: WC024736 or equal - 4 EA - UNIT PRICE ___________, TOTAL PRICE_________________. Line Item 0013 API On-Site Support, (per day) ? MFR: Applied Biosystems ? MFR P/N: 020-0514 or equal - 2 EA - UNIT PRICE ____________, TOTAL PRICE________________. Line Item 0014 HP Laser JET 4200 Printer, ? MFR: Hewlett Packard ? MFR P/N: 1007952 or equal - 1 EA - UNIT PRICE _________________, TOTAL PRICE___________________. Line Item 0015 Line Transformers, ? MFR: Applied Biosystems ? MFR P/N: WC014179 or equal - 1 EA - UNIT PRICE _________________, TOTAL PRICE______________. System Requirements: Computer: (PC) Operating System: Windows 2000/XP, CD-ROM: CVC RW (CD RW capable), Memory: 1 GB RAM, CPU: 3.2 GHz, Hard Disk: 200 GB, Display: 19? Viewable Color monitor recommended. Performance/Throughput: Mass Accuracy (with internal reference): 20 mmu, Dynamic Range: 1 cps to 4 X 10 6cps (pulse counting), Scan Speed: Up to 2400 amu/sec in quad mode, up to 400 amu/sec in linear ion trap mode. Mass Range: m/z 5-1, 700 in quad mode and 50-1, 700 in linear ion trap mode. Setup Specifications: Gas Supplies: 60 psi UHP nitrogen, 100 psi zero air, 60 psi filtered, dry air. Physical Specifications: Width: 105 cm (42 in.), Depth: 50 cm (20 in), Weight: 113 kg (250 lb), Height: 68 cm (27 in.), Power Requirements: Safety Interlocks: Ion Source High Voltage, Ion Source Exhaust, Low Vacuum, Power Consumption: 2500VA max., Voltage: 2 separate 207V minimum to 242 V minimum, Frequency Hz: 50/60 Hz, Circuit Current: 15 A grounded single phase circuit. The system must be compliant with the FDA?s 21 CFR Part 11 regulation. It must be an integrated system with single keyboard control and complete documentation of the analytical parameters including LC in a method as well as the sample data. It must be capable of communicating with Analyst software, LC Binary, Triple quadrupole, Linear Ion Trap technology, interchangeable ion sources and continuous operation. FOB destination delivery within 30 days of receipt of award, to 311th MSG/LGRB 8045 Crouch Rd, Brooks City-Base TX 78235-5310. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, the Government will award a contract resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the government, which represents lowest evaluated cost or price, technically acceptable bid. Technical acceptability will be evaluated based on the function and operation of the item in accordance with the Government?s specifications or equal. Offerors shall submit descriptive literature, product samples, technical features, and warranty provisions. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. Prices quoted must be valid for at least 90 days. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 5,14,15,16,17,18,19, 20, 23, 24, 31, and 32. The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, it?s DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. Vets100 Registration is required via http://www.vets100.com. The Federal Contractor Program requires that any contractor receiving a contract from the federal government in the amount of $25,000 or more, or any subcontractor receiving a contract in the amount of $25,000 or more from such a covered contractor must file a VETS-100 Report on an annual basis. Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. VAAR 852.219-70, Veteran-owned Small Business; 852.270-4, Commercial Advertising. Upon request, the contracting officer will make the full text available. Offers are to be received no later than 4:00 P.M. eastern daylight savings time on 30 May 2006 at the Veterans Affairs Special Services (VASS) Office, 1432 Sultan Drive, Suite C, Ft Detrick MD 21702, ATTN: Wanda Y. Edwards, Contact Wanda Y. Edwards via e-mail at wanda.edwards@ft-detrick.af.mil Contract Specialist, at 301-619-8074 or FAX 301-619-3613.
 
Place of Performance
Address: BROOKS CITY BASE
Zip Code: 78235
Country: United States
 
Record
SN01053804-W 20060521/060519220653 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.