This is a combined synopsis/solicitation for commercial items prepared per the format inFAR Subpart 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are requested and a written notice will not be issued. The following provisions and clauses incorporated by reference: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 42.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. This requirement is 100% set-Aside for Small Businesses. The NAICS code is 334516 with a size standard of 500 employees. The Bureau of Alcohol Tobacco and Firearms and Explosives National Laboratory Center, Ammendale, MD (ATF) has a requirement to procure a Segmented Flow Analyzer System. The quote must contain the SFA, autosampler, detectors, start-up materials and reagents, training and installation, software, computer, printer, warranty information, service/repair information & maintenance contract information, system size, and laboratory requirements. The segmented flow analyzer (SFA) must contain tobacco manifolds which can perform ammonia, nitrate/nitrite and reducing sugars according to established AOAC and CORESTA methods. The SFA must be configurable to a variety of tobacco analysis. The software must be Windows compatible and ISO compliant. The SFA must have demonstrated performance in tobacco analysis. The manufacturer of the SFA must have demonstrated proficiency in customer and technical service particularly in the area of tobacco analysis. The SFA must be able to operate in micro flow. The SFA must have a small footprint. Less than six feet is preferred. The SFA cannot have unique electrical, space or drainage requirements. Award will be made on an all or none basis and must meet technical specifications. Quote must include price, product literature which list specification and best delivery time. Vendor must be registered in the Department of Defenseââ¬â¢s Central Contractor Registration database www.ccr.gov to receive this award. Shipping must be FOB Destination to Ammendale, MD. 20705. Questions concerning this procurement should be addressed to Paula King, Contracting Officer, by e-mail
[email protected] or fax (202) 927-8688. All interested parties must submit a quote no later than 2:00 P.M. EST. May 30, 2006. Quotes can be faxed to (202) 927-8688 or e-mailed to
[email protected]
Bid Protests Not Available