Federal Bid

Last Updated on 10 Nov 2002 at 5 AM
Special Notice
Natick Massachusetts

--Lease with an Option to Buy or Lease to Own a Liquid Chromatograph - Mass Spectrometric Detector (LC-MSD) System.

Solicitation ID USA-SNOTE-020911-002
Posted Date 11 Sep 2002 at 5 AM
Archive Date 10 Nov 2002 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Natick Massachusetts United states 01760
Point Of Contact Not Available
NA The US Army Robert Morris Acquisition Center has a requirement to Lease with an Option to Buy or Lease to Own a Liquid Chromatograph - Mass Spectrometric Detector (LC-MSD) System. This is a combined synopsis/solicitation for commercial items prepared in a ccordance 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 solicitat ion will not be issued. The simplified acquisition procedures in FAR 13.5 Test Program for Certain Commercial Items are being utilized. The solicitation number for this acquisition is DAAD16-02-T-0176 and is issued as a Request for Quotation. The requir ements shall be as follows: Qualifying systems must be or exceed the following minimum requirements: 1. LIQUID CHROMATOGRAPH: a. Binary pump, solvent cabinet, 2 solvent bottles. b. Autosampler for 2ml vials and well plate tray adapter. c. Thermostat ted Column Compartment. d. Diode Array Detector with tungsten and deuterium lamp. e. 4 Channel vacuum degasser. 2. MASS SPECTROMETER: a. Quadrupole Ion Trap mass analyzer. b. MSn (pronounced M S to the nth) for collisionally induced dissociations. c . Automated determination of charge state. d. APCI (Atmospheric Pressure Chemical Ionization) source with spray chamber, needle and nebulizer. e. APPI (Atmospheric Pressure Photoionization) source with spray chamber, nebulizer, vaporizer and photoionizat ion source. f. API-ESI (Atmospheric Pressure Ionization-Electrospray Ionization) source. g. Positive and negative ion detection. h. Greater than or equal to 2000 amu upper mass range. i. Turbomolecular pump. 3. OTHER: a. Microsoft Windows® compatibl e computer system. b. System Operating Software. c. Spectral Deconvolution Software. d. Remote access software. e. Spectral library search engine. f. Full installation, familiarization and training. This document incorporates Provisions and Clauses i n effect through Federal Acquisition Circular 97-25. The Government anticipates awarding a single Firm Fixed Price Purchase Order with two option years as follows: Item 0001 Base year, 12 mo at $_______. First Option Year, 12 mo at $______. Second Opti on Year, 12 mo at $_______. The provision at FAR 52.212-1, Instructions to Offerors - Commercial applies to this acquisition, addenda to include the following: Offerors shall hold the prices in its offer firm for 60 days. Delivery shall be F.O.B. Destin ation, Natick, MA, by 30 September 2002 and Inspection and Acceptance shall be at Destination by the cognizant receiving authority. Accordingly, any necessary shipping costs to this location shall be incorporated into the total quoted price. Contractor sh all submit literature of item being submitted for evaluation. Failure to submit literature will be grounds for a non-response to solicitation as award may be made without negotiations. Offerors shall provide a completed copy of the provision at FAR 52.21 2-3 and DFARS 252.212-7000 with their proposal. Clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Offerors shall submit 1 copy of their proposal; the information presented shall be submitted in order as it was requested. The clause 52.207-5 Option to Purchase Equipment applied to this acquisition. The provision at 52.212-2, Evaluation Commercial Items applies to this acquisition. The following Areas will be evaluated and restated in order of important. T ECHNICAL AREA - Will be evaluated based as a go/no go as to meeting all the minimum requirements of the equipment. PRICE AREA - Price will be evaluated on the overall price associated with the lease agreements. Technical capability is approximately equal in value to price. The following FAR clauses and provisions apply to this acquisition: 52.207-5; 52.212-1; 52.212-3; 52.212-4; 52.212-5 to include the follow ing clauses: 52.219-14; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.225-15; 52.232-33; 252.204-7004; 252.212-7000; 252.212.7001. The full text version of these provisions and clauses may be located at http://farsite.hil l.af.mil. This synopsis/solicitation may also be viewed on the US Army Robert Morris Acquisition Center - Natick Homepage, at www3.Natick.army.mil. Questions concerning this combined synopsis/solicitation can be directed to Ms. Michelle Miller, Contract Specialist, at [email protected]. All quotations must be received (Facsimile quotes will be accepted) via mail or email no later than 18 September 2002 at 3:30 p.m. (EST).
Bid Protests Not Available

Similar Past Bids

Location Unknown 14 Mar 2005 at 5 AM
Center Kentucky 27 Jul 2009 at 5 PM
Location Unknown 12 May 2005 at 5 AM
Location Unknown 01 Sep 2018 at 9 PM
Location Unknown 04 Jun 2009 at 12 PM

Similar Opportunities

Gaithersburg Maryland 14 Jul 2025 at 8 PM
Mechanicsburg Pennsylvania 31 Jul 2025 at 8 PM
Washington navy yard District of columbia 30 Sep 2025 at 4 AM (estimated)