SOLICITATION NOTICE
66 -- Chemistry, Biochemistry, Clinical Instruments, General Purpose Laboratory Instruments and Services
- Notice Date
- 5/2/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- General Services Administration, Federal Supply Service (FSS), Office and Scientific Equipment Center (FCG), Washington, DC, 20406
- ZIP Code
- 20406
- Solicitation Number
- FCGS-X2-02-0120-N
- Point of Contact
- John Terrell, Contracting Officer, Phone (703) 305-5956, Fax (703) 305-5537,
- E-Mail Address
-
john.terrell@gsa.gov
- Description
- The General Services Administration (GSA), Federal Supply Service (FSS), Scientific Equipment Division (FCGS), invites you to participate in our new Worldwide Multiple Award, Federal Supply Schedule Solicitation for FSC Group 66, Part II, Section N, covering Chemistry, Biochemistry, Clinical Instruments, General Purpose Laboratory Instruments and Services. This solicitation includes all items currently under FSC Group 66, Part II, Section C and N. Federal Supply Schedules 66, Part II, Section C and N have been replaced with this new Schedule 66, Part II, Section N. The following categories are solicited: Class 6630- Chemical Analysis Instruments, Chemistry Analyzers, for Blood Serum and/or Urine, Class 6635- Physical Properties Testing and Equipment, Class 6640 - Laboratory Equipment, Supplies, Lab Furniture, Diluters, Pipettors, and Pipeting Systems, Class 6650- Optical Instruments, Test Equipment, Components and Accessories, Class 3770-Animal Caging Equipment, Accessories and Options, Class 6636- Environmental Chambers, Class 6670- Scales, Balances, Options, and Accessories, Class 4110-Laboratory and Refrigeration Equipment, Accessories, and Options. Offerors are advised that this new solicitation is a "standing" solicitation, which will remain in effect until refreshed or replaced by an updated solicitation. There is no specified date and time for receipt of offers, offerors may submit their offer for consideration at any time. Offerors shall respond with two (2) hard copies of their proposal. Telecopier proposals, and telecopier of withdrawals of proposals are not permitted and will be disregarded if received. This solicitation contains the option to lease equipment to the Federal Government. Offerors must comply with all regulatory requirements, guidelines, and/or standards, which govern the particular equipment and are of commercial practice. Commercial price lists, which contain all the terms and conditions must be submitted at the time of offer. Product Support Options are also solicited, which will cover such areas as: Equipment Maintenance & Repair and Service Agreements, Pre-Post Calibration, Extended Warranty, Technical Training, Technical Support, and Application Development Support. The offeror of these ancillary services must be an Original Equipment Manufacturer (OEM) or be OEM certified and approved. Offerors must comply with all regulatory requirements, guidelines, and/or standards, which govern the particular equipment and are of commercial practice. Also new to this solicitation is the Introduction to New Services/Products (INSP) Special Item Number (SIN), previously the New Technology SIN. Offeror's must be capable of demonstrating that the service/product meets at least one of the following three conditions: (1) performs a new task or procedure not currently available under any GSA contract, (2) performs an old task or procedure in a new way, which technically exceeds current products, or (3) improves an existing product so significantly that the Government customer's will be negatively impacted if the product is not added to the schedule. The offered service/product must be classifiable under FSC Group 66, Part II, Section N. Also, there are no similar items currently available under an existing SIN or pending acquisition and the product could be included in an existing SIN or has the potential for inclusion within the schedule with a new SIN. Offeror's must understand that there is no implied guarantee that the service/product will be recognized and accepted on this solicitation. The new solicitation will also be available on diskette and in hard copy. All requests for diskette or hard copy of the solicitation should be faxed to: (703) 305-5537, Attention: Mr. John Terrell. Current schedule contractors who already have a current contract under FSC 66 II C or FSC 66 II N are NOT required to submit a new offer under this solicitation. Current contractors will be issued a contract modification that incorporates all changes. Current contractors holding contracts on both schedule FSC 66IIC and 66IIN are encouraged to submit a new offer under the merged solicitation. This solicitation shall not solicit, nor will there be any acquisition of products which are not U.S. made end products, designated country end products, Caribbean basin country end products, or Mexican end products in accordance with FAR 25.402(c). The solicitation incorporates commercial acquisition policies, provisions, and clauses in FAR Part 12, Acquisition of Commercial Items. Products offered which are not commercial items in accordance with FAR Part 2.101 are excluded from this solicitation. Offeror's are notified that any awards resulting from this solicitation will be made as an Indefinite Delivery-Indefinite Quantity, FOB Destination type contract and the schedule is non-mandatory for Government users. Contractor's are now required to accept the Government purchase card for payment equal to or less than the micro-purchase threshold for oral and written delivery orders. GSA has established a contract sales criterion for all Multiple Award Schedules. Contracts will not be award if the anticipated sales are not expected to exceed $25,000 within the first 24 months. Contracts awarded under this solicitation will have variable contract periods; i.e., the schedule period will be continuous. All contracts awarded under this solicitation will be in effect from the date of award for a period of five (5) years {exclusive of any options) from the date of award. The Government will award contracts for identical items when offers are determined to be fair and reasonable to the Government. This solicitation contains mandatory requirements for the reporting of all sales that are made under contract to be submitted quarterly via the Internet. A 1% Industrial Funding Fee (IFF) payment is to be made payable to GSA of those quarterly sales. The solicitation may be downloaded from www.fedbizopps.gov. The solicitation shall be issued on or about Wednesday, May 8, 2002. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (02-MAY-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 12-SEP-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/FSS/FCG/FCGS-X2-02-0120-N/listing.html)
- Record
- SN00165260-F 20020914/020912221412 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |