SOLICITATION NOTICE
66 -- MASTER MIX
- Notice Date
- 12/22/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, ACA, Dugway Proving Ground, ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
- ZIP Code
- 84022-5000
- Solicitation Number
- W911S609T0007
- Response Due
- 1/12/2009
- Archive Date
- 3/13/2009
- Point of Contact
- Gene Casteel, 435-831-3455<br />
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of A delivery order contract for seven (7) Applied Biosystems, Master Mix PCR products, to include: P/N: 4364340, Taqman Universal PCR MasterMix, Clin 0001, quantity 10 each, Clin 1001, quantity - 10 each, Clin 2001, quantity - 10 each, Clin 3001, quantity - 10 each Clin 4001, quantity 10 each; P/N: 4364343, Taqman Universal PCR Master Mix, Clin 0002, quantity 10 each, Clin 1002, quantity 10 each Clin 2002, quantity 10 each Clin 3002, quantity 10 each Clin 4002, quantity - 10 each; P/N: 4326270, Microamp Optical 384-Well Plates, Clin 0003, quantity 5 each, Clin 1003, quantity - 5 each, Clin 2003, quantity - 5 each, Clin 3003, quantity - 5 each, Clin 4003, quantity - 5 each; P/N: 4311971, Microamp Optical Adhesive Film, Clin 0004, quantity 10 each Clin 1004, quantity 10 each Clin 2004, quantity 10 each, Clin 3004, quantity 10 each, Clin 4004, quantity 10 each; P/N: 4304437 Taqman Universal PCR Master Mix, Clin 0005, quantity 5 each, Clin 1005, quantity 5 each, Clin 2005, quantity 5 each, Clin 3005, quantity 5 each, Clin 4005, quantity 5 each; P/N: 4305917 Taqman Universal PCR Master Mix, Clin 0006, quantity 5 each, Clin 1006, quantity 5 each, Clin 2006, quantity 5 each, Clin 3006, quantity - 5 each, Clin 4006, quantity 5 each; P/N: 4326659 Microamp Optical 96-Well Plates, Clin 0007, quantity 10 each, Clin 1007, quantity 10 each, Clin 2007, quantity 10 each, Clin 3007, quantity 10 each, Clin 4007, quantity 10 each.These requirements are for process to point of award only. Orders will be placed as on a delivery order basis as funding becomes available. Note 1: this requirement for supplies is for a one-year base period (12-months) and four one-year (12-months) option periods. Note 2: This is a notice of intent to negotiate on a sole source basis with Applera Corporation. dba: Applied Biosystems, 850 Lincoln Center Drive, Foster City, Ca., 94004-1128. Pursuant to 10 U.S.C. 2304 ( c ) (1) and Federal Acquisition Regulation 6.302-1, supplies, servicecs and/or equipment are available from one responsible source and no other type of supplies, services and/or equipment will satisfy agency requirements. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the governments requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-09-T-0006. All firms responding must be registered with the Central Contractor Regristration (CCR). North American Industrial Classification Standard 334516 (500 employees) applies to this procurement. The following provisions and/or clauses applies to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items, applies to this solicitation: FAR 52.212-4 Contract Terms and Conditions Commercial Items. The clause at FAR 52.212-5; Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; FAR 52.216-18, Ordering; FAR 52.216-19, Order Limitations; FAR 52.216-21, Requirements; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-28, Post Award Small Business Program Representations; FAR 52.222-3, Convict Labor; FAR 52.222-19; Child-Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disables Veterans; Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39, Notification of Employees Rights Concerning Payment of Union Dues or Fees; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); and FAR 52.232-33, Payment by Electric Funds Transfer-Central Contractor Registration. The clause at DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items; DFARS 252.211-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquistions of Commercial Items; and DFARS 252.211-7003, Item Identification and Valuation; and DRAFS 252.232-7010, Levies on Contract Payments applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: DFARS 252.203-3, Gratuities; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.227-7015, Technical Data Commercial Items; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.243-7002, Requests for Equitable Adjustment; and DFARS 252.247-7023, Transportation of Supplies by Sea. The following FAR / DFARS clauses are incorporated by reference; FAR 52.204-7, Central Contractor Registration; FAR 52.247-34. FOB.; Destination, (Accountable Property Officer, Building 5464, Dugway Proving Ground, Dugway Utah, 84022), DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.232-7010, Levies on Contract Payments, and DFARS 252.204-7004 Alt A, Central Contractor Registration. The following local clauses apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Contractor Access to DPG; OSHA Standards, AMC Level Protest Program, Army Electronic Invoicing Instructions, Legend of Acronyms and Brevity Codes, Identification of Contractor Employees and Notice to Offerers Use of Class I Ozone Depleting Substances. All quotes must be emailed to Mr. Gene Casteel at gene.l.casteel@us.army.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns you may email Mr. Gene Casteel at gene.l.casteel@us.army.mil. Quotes are due no later than 10:00 AM (prevailing local time at U.S. Army Dugway Proving Ground, Utah), 12 Jan 2009.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9ceec40724d4122b35014bf2a0c389b8&tab=core&_cview=1)
- Place of Performance
- Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT<br />
- Zip Code: 84022-5000<br />
- Zip Code: 84022-5000<br />
- Record
- SN01723132-W 20081224/081222215512-9ceec40724d4122b35014bf2a0c389b8 (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 |