Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2010 FBO #2993
SOLICITATION NOTICE

66 -- Laboratory Steam Sterilizer - Statement of Work

Notice Date
2/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Food Safety and Inspection Service, Procurement Management Branch, 5601 Sunnyside Avenue, Mail drop 5230, Beltsville, Maryland, 20705
 
ZIP Code
20705
 
Solicitation Number
FSIS-04-B-10
 
Archive Date
2/24/2010
 
Point of Contact
Kathy A Richardson, Phone: 301-504-4215
 
E-Mail Address
Kathy.Richardson@fsis.usda.gov
(Kathy.Richardson@fsis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work USDA, Food Safety and Inspection Service (FSIS) has a requirement to purchase a Laboratory Steam Sterilizer. See the attached Statement of Work for additional information (Attachment 1). This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. This is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 339112/500 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. The contractor must bid on all items. Location of where equipment is to be delivered to is St. Louis, MO. Delivery is required within 60 to 100 days after contract award. Delivery shall be FOB Destination. Offers for the items(s) described above are due by February 10, 2010, no later than 2:00 PM Eastern Standard Time, to USDA, FSIS, Administrative Services Division, ATTN: Kathy Richardson, 5601 Sunnyside Avenue, Maildrop 5230, Room 2-L182B, Beltsville, MD 20705-5230 and must include, solicitation number, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), cage code, DUNS Number, identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (MARCH 2009), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (DEC 2009), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.219-6; FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.225-1, FAR 52.225-13, and FAR 52.232-33. The FAR may be obtained via the Internet at http://www.acqnet.gov/far/loadmainre.html. All contractual and technical questions must be in writing (e-mail or fax) to Kathy Richardson not later than February 2, 2010. E-mail address is Kathy.Richardson@fsis.usda.gov. Fax number is 301-504-4276. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. The offer price for the trade-in (see Statement of Work) is to be listed as a separate line item in the quote and included in the proposed firm-fixed-price total for this requirement. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. If offerors are not registered via the ORCA website at http://orca.bpn.gov, offerors shall complete and return a copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (AUGUST 2009)with their offer. These representations and certifications will be incorporated by reference in any resultant contract. It is the offeror's responsibility to monitor the internet site for the release of solicitation amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FSIS/AAS/FSIS-04-B-10/listing.html)
 
Place of Performance
Address: USDA, FSIS, OPHS Midwestern Laboratory, 4300 Goodfellow Bldv, St. Louis, Missouri, 63120, United States
Zip Code: 63120
 
Record
SN02054788-W 20100203/100201235202-26b2727460a9abc402d7d35482f4d680 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.