Federal Bid

Last Updated on 12 Mar 2009 at 8 AM
Solicitation
Location Unknown

66--SC-2 FAST AUTOSAMPLER SYSTEM

Solicitation ID DE-RQ26-08NT000897
Posted Date 26 Aug 2008 at 7 PM
Archive Date 12 Mar 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office All Doe Federal Contracting Offices
Agency Department Of Energy
Location United states
SUBJECT: SC-2 FAST AUTOSAMPLER SYSTEMThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 13, Simplified Acquisitions, as supplemented with additional information included in this notice. QUOTES ARE BEING REQUESTED. Responses shall reference Request for Quotations No. DE-RQ26-08NT000897 the U.S. Department of Energy (DOE), National Energy Technology Laboratory (NETL), Pittsburgh, PA, intends to purchase the following: 1. SC-2 FAST auto sampler system for PE Elan DRC II 1 each. 2. Apex HF-FAST sample inlet system with integrated CTFE flow valve for PE Elan DRC II 1 each. 3. Spiro ETMD Teflon membrane desolvator for Apex 1 each. 4. 1.8 mm sapphire injector, for PE Elan DRC II, cassette mount 1 each. 5. Torch for PE Elan DRC, quartz 2 each. 6. Micro Flow PFA-ST nebulizer 1 each. 7. Platinum Skimmer for PE Elan DRC II 1 each. 8. Platinum Sampler for PE Elan DRC II 1 each. 9. Nickel Sampler for PE Elan DRC II 1 each. 10. Nickel skimmer for PE Elan DRC II 1 each. 11. FI-SC-FAST Onsite installation for SC-FAST system 1 job. DELIVERY: FOB Destination is required (all freight included). The provisions at 52.212-2 Evaluation Commercial Items (JAN 1999) does not apply to this acquisition. Instead, the following information will be used for evaluation of offerors: An award shall be made to the responsible offeror submitting a technically acceptable quote and offering the lowest evaluated price. Evaluation is based on best value including cost and ability to meet stated requirements above. Offerors shall submit descriptive literature and drawings detailing features, technical capabilities and warranty data. Technical acceptability will be determined solely on the content and merit of the information submitted response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the quote as meeting technical acceptability. Price shall be the deciding factor among technically acceptable quotes. The North American Industry Classification (NIAC) is 423490. INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); and remit to address if different. A Firm Fixed Priced Purchase Order shall be issued using the Simplified Acquisition Procedures FAR Part 13. This is a small business set-aside. All offers are due no later than 5:30 p.m. Eastern Time Zone on September 12, 2008. All quotes must be E-mailed to [email protected] and [email protected], or if faxing the fax must be sent to both Robert Mohn at 412-386-5770 and Karl Schroeder at 412-386-4604. All technical questions concerning the above item should be directed to Mr. Karl Schroeder at 412-386-5910.
Bid Protests Not Available