SOLICITATION NOTICE
66 -- Request for Quotation (RFQ), Laboratory Glassware Washer/Dryer for Naval Health Research Center (NHRC), San Diego, CA
- Notice Date
- 3/22/2007
- Notice Type
- Solicitation Notice
- NAICS
- 339111
— Laboratory Apparatus and Furniture Manufacturing
- Contracting Office
- General Services Administration, Federal Technology Service (FTS), Federal Technology Service (9TN), 1301 Clay Street Suite 280s, Oakland, CA, 94612, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- 9T7NEAPS038
- Response Due
- 4/3/2007
- Archive Date
- 4/18/2007
- Description
- Request for Quotation Number 9T7NEAPS038 Naval Health Research Center (NHRC), San Diego, CA All Prospective Offerors: (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format specified by Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items allowed as authorized by FAR Subpart 13.5, Test Program for Certain Commercial Items as supplemented by the information included in this notice and following the procedures in FAR Subpart 13.3, Simplified Acquisition Methods. Quotations are being requested and this announcement constitutes the only synopsis and solicitation notice that will be issued and a written solicitation will not be issued. All Prospective Offerors are required to electronically submit their detailed price quotations in Adobe or MS Word format directly to Mr. Kenton K. Raiford, Contracting Officer at kenton.raiford@gsa.gov, no later than 3:00 p.m. Pacific Standard Time (PST) on Tuesday, April 3, 2007. Electronic Media, Solicitation and Amendment Distribution: NCAT will conduct this acquisition using the FedBizOpps (www.fbo.gov). Federal Business Opportunities site is the single point of entry for U S Federal government procurement opportunities greater than $25,000.00 dollars. In order to further the Government policy of maximizing electronic commerce and making the acquisition process optimally cost effective, all future amendments and any other official communications, if any, from the agency regarding this solicitation will be distributed via www.fbo.gov. This medium will be used exclusively and will be the sole method used for distributing future amendments and other official communications thereto to the public. All inquiries must be submitted via email, and all questions and answers will be posted to the www.fbo.gov website as an amendment to this RFQ letter. Any questions relating to this solicitation must be submitted 3 days prior to solicitation closing (reply by) date. GSA IT Solutions Shop (ITSS) registration, also known as IT Solutions is required to participate in this acquisition. Offerors must verify complete business mailing address, contact name, phone number, fax number, remittance address, email address and available contracts within IT Solutions to ensure contract award availability. Any authorized teaming agreements must be approved within IT Solutions prior to contract award, go to http://web1.itss.gsa.gov for additional information. (II) This solicitation for commercial items is issued by the U.S. General Services Administration (GSA), Northern California Area Team (NCAT), Federal Technology Service (FTS) on behalf NHRC San Diego, California. (III) This solicitation number is 9T7NEAPS038 and is issued as a Request for Quotation (RFQ). The Government may transmit or post any common questions and answers regarding this solicitation to all interested parties. (IV) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12, effective August 4, 2006. (V) See the FBO posting for the North American Industry Classification System (NAICS) code for this solicitation and this procurement set-aside for Small Business. Business size will be verified by Central Contractor Registration (CCR). (VI) Product Description and Required Quantities: Model 910 LX, Medical Washer/Dryer, MFR Lancer or Equal. This RFQ contains a Brand Name of Equal purchase description for one or more commercially available brand name products offered for sale to the public. This requirement lists the general or generic item description with a make/model number and the manufacturer or significant distributor. Any Salient (Key) Characteristics will be identified as such and you are encouraged to submit a quotation based on the identified items/material requested or you may submit equivalent items/material for award consideration. Any offeror submitting equivalent items or material must provide ALL of the following certification: Bidding on, Manufacturer's Name, Manufactures Address: Product Name (if any), Product make, model, or catalog description. Note: Offerors shall are responsible for submitting all additional information on equivalent items/material necessary for the Government to determine whether the product offered meets the salient (Key) characteristics of the Brand Name as listed in the solicitation. Deliver to; Penn State Hershey College of Medicine, 500 University Drive, Hershey, PA 17033 (VII) Contract Type: Firm Fixed Price Commercial Purchase Order. (VIII) All deliveries must be made to the address provided in the Government purchase order and within 30 days of receipt of award. Inspection and acceptance will be performed by NHRC personnel appointed as Contracting Officer?s Representatives (CORs). Clause 1: 52.212-1, Instructions to Offerors, Commercial Items. (Jan 2006) is hereby incorporated into this solicitation by reference and the following additional instructions apply (See attachment 1): PPRIS will be used to evaluate offerors past performance. Clause 2: 52.212-2, Evaluation, Commercial Items. (Jan 1999) is hereby incorporated into this solicitation in full text as follows: (a) Objective. The Government?s objective is to obtain the highest technical quality necessary to achieve the projects objectives, with a realistic and reasonable cost. The Government plans to award a single commercial purchase order to a sole responsible offeror, submitting an offer conforming to the RFQ that provides the Lowest Price Technically Acceptable (LPTA) overall price, representing the ?Best Value? to the Government and has acceptable or neutral past performance. ?Best value? means the expected outcome of an acquisition that, in the Government?s estimation provides the greatest overall benefit in response to the requirement. (b) LPTA Provision. The follow FAR provision applies to the solicitation: 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance which constitutes the Lowest Price Technically Acceptable (LPTA) criteria: Factor 1 ? Offeror?s past performance on similar requirements Factor 2 ? Offeror?s ability to delivery within the stated and required delivery time Factor 3 ? Offeror?s ability to warranty required item with commercial standards Technical and past performance, when combined, are pass or fail rated and are minimum requirements for acceptability. The lowest acceptable price will be accepted by the Government. All cost/price quotations must include itemized costs, to include all costs including material, delivery and installation costs. Identify quote as Free on Board (F.O.B.) Destination, in accordance with FAR 52.247-35, quotes not indicating F.O.B. Destination will not be considered for award and include the unit price, extended price total or overall price and include a description and percentage of any discounted prices. Offeror must provide any additional shipping/payment terms, estimated weight of final shipment and any other pertinent shipping or delivery information. (IX) The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation all clauses will apply to any subsequent award: (b) Options. Not Applicable (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Clause 3: 52.212-3, Offeror Representations and Certifications, Commercial Items (Mar 2005) offeror are reminded to complete on-line representations and certifications at http://orca.bpn.gov prior to the RFQ closing date and before submitting an offer in response to this solicitation. Clause 4: 52.212-4, Contract Terms and Conditions, Commercial Items (Sep 2005) is incorporated by reference to include addenda contained in the attached solicitation additional clauses document (See attachment 2). Clause 5: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (Feb 2006) is hereby incorporated into this solicitation in full text in the attached solicitation additional clauses document and the following paragraphs, (a), (b)1, 14,15,16,17,18,19,20,31 apply to this solicitation and any resulting contract. Other applicable clauses: The following clauses are also applicable to this acquisition and are hereby incorporated into this solicitation by reference: 52.204-7, Central Contractor Registration; 52.233-3, Protest After Award; 52.243-1, Changes-Fixed Price Alternate I (Apr 1984). 52.252-2, Clauses Incorporated by Reference (for a full text version of these clauses, go to www.arnet.gov or http://gsa.gov/farl); 252.204-7004 Alt A, Required Central Contractor Registration; 252.232-7003, Electronic Submission of Payment Requests; (X) If offeror does not have access to email, offeror must mail offer to: U.S. General Services Administration Federal Technology Service (FTS) Attn: Emma D. Andreoli or Kenton K. Raiford 450 Golden Gate Avenue, Suite 5224 San Francisco, CA 94102-3661 The NCAT Office is located in a secure federal building. If offers are hand delivered, please ensure that any courier is instructed to allow sufficient time for access to the facility. Required access time may vary between one (1) to two (2) hours. All quotations shall be clearly marked with RFQ Number. All offerors are hereby notified that if your proposal is not received by the date/time and at the location specified in this notice announcement, that it will be considered late/nonresponsive. All Offerors shall include the following information in response: A. A. Tax identification number (TIN) B. Dun & Bradstreet Number (DUNS) C. Complete Business Mailing Address D. Offeror Point of Contact and Authorized Negotiator(s) E. Offeror Contact Telephone and Fax Number F. Offeror Contact email address Late Quotation Provision: In order for your quotation to be considered for award by the Government, your quotation must be received by the Contracting Officer at the place and time specified, or it will be considered late and handled in accordance with FAR 15.208. (XI) Please direct any questions regarding this solicitation the Information Technology Manager, Ms. Emma Andreoli at emma.andreoli@gsa.gov or (415) 522-4559 or the Contracting Officer, Kenton K. Raiford at Kenton.Raiford@gsa.gov. (XII) The required delivery location is: See Above (XIII) The CORs mailing address is: See Above (XIV) Offerors are instructed not to contact the client or any other GSA, NHRC or Government employee regarding this procurement, other than the individuals identified as appropriate points of contacts, without the approval of the GSA Contracting Officer. *Failure to comply with the terms and conditions of the RFQ may result in rejection of your offer. The Government reserves the right to consider alternative offers. NCAT is pleased to offer this opportunity to qualified commercial contractors and your participation is greatly appreciated. If I can be of any assistance, do not hesitate to contact me directly by email at kenton.raiford@gsa.gov or telephone me at (415) 522-4540. KENTON K. RAIFORD, Contracting Officer
- Place of Performance
- Address: Penn State Hershey College of Medicine, 500 University Drive, Hershey, PA
- Zip Code: 17033
- Country: UNITED STATES
- Zip Code: 17033
- Record
- SN01257383-W 20070324/070322221925 (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 |