SOLICITATION NOTICE
66 -- BIOLOGICAL SAFETY CABINETS - 08t0041
- Notice Date
- 4/22/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337127
— Institutional Furniture Manufacturing
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, Rosslyn Plaza North, Suite 12063, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
- ZIP Code
- 20301-1155
- Solicitation Number
- HQ0034-11-T-0041
- Point of Contact
- Denise McKissick, Phone: 7035880165
- E-Mail Address
-
denise.mckissick.ctr@whs.mil
(denise.mckissick.ctr@whs.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 08t0041 RFQ This 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is HQ0034-11-R-0041; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-50. This acquisition will be a 100% total small business set-aside; the North American Industry Classification System (NAICS) code is 337127. The business size standard is 500 employees. The Federal Supply Class (FSC) is 6640. The Standard Industrial Classification (SIC) is 3821. The Washington Headquarters Service, Acquisition Directorate (WHS/AD) Department of Defense, 1155 Defense Pentagon, Washington, DC 20301 intends to purchase the Edgegard EG4252 Laminar Flow Bench on a brand name or equal basis. The Government anticipates awarding one firm fixed price purchase order for this item. The following factors will be used to evaluate quotes and are listed in order of importance: (1) Technical Acceptability (2) Price (1) Technical Acceptability Provide documentation that shows the product meets the salient physical, functional, or performance characteristics specified herein, in accordance with FAR 52.211-6 Brand Name or Equal. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation; clearly identify the item by Brand name, if any; and Make or model number. Moreover, descriptive literature such as illustrations, drawings, product specifications, etc shall be provided. Failure to provide the information necessary for evaluation shall result in your product not being considered for award. Samples and testing may also, be necessary as part of the evaluation. If so, samples and products for testing shall be provided at no additional cost to the government. (2) Price The total price will be a determining factor after determination is made as to compliance to technical acceptability. The award will be issued using Simplified Acquisition Procedures in accordance with FAR Part 13. Vendors should include warranty terms and delivery times with their quote. This request for quotation consists of the following: CLIN Description Quantity CLIN 0001 EdgeGard EG 4251 Laminar aFlow Bench 1 Each CLIN 0002 Sterilgard III Biological Safety Cabinet includes Channel Stand UV Light 1 Each CLIN 0003 Sterilgard e3 Biological Safety Cabinet with 4" Stand and UV Light 4 Each CLIN 0004 Sterilgard e3 Biological Safety Cabinet SG603A HE with 6" Stand and UV Light 4 Each CLIN 0005 Installation 1 Each CLIN 0005 Certification of Equipment 1 Each Additional Information: (1) The Government desires delivery and installation and certification by 18 July 2011. Inspection and Acceptance shall be at destination (supplies shall be delivered to the destination at the expense of the contractor). (2) ONLY e-mailed quotes will be accepted. E-mailed quotes may be sent to denise.mckissick.ctr@whs.mil. Contractors are responsible for verifying receipt of their quotes. All responsible sources interested in responding to this RFQ must respond no later than 12:00 PM Eastern Standard Time on May 23, 2011. (3) Quotes must be firm-fixed-priced, and include all quantities listed, all or none. Delivery Address: PFPA-CBRNE James Lewis 3 HRP Drive Pentagon Village South Arlington, VA 20231 The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 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: (1): Lowest price technically acceptable. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items. FAR 52.204-7 Central Contractor Registration. FAR 52.209-6 Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.211-6 Brand Name or Equal. FAR 52.219-6 Notice of Total Small Business Set Aside. 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 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-18 Availability of Funds. FAR 52.232-33 Payment by EFT - CCR. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.211-7003 Item Identification and Validation. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any response to denise.mckissick.ctr@whs.mil NO LATER THAN 23 May 2011, 12:00 PM, EST. Point of contact is Denise McKissick, telephone 703-588-0165 and Toyia Lewis, telephone 703-696-3858.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ0034-11-T-0041/listing.html)
- Place of Performance
- Address: 3 HRP DRIVE, PENTAGON VILLAGE SOUTH, Arlington, Virginia, 20231, United States
- Zip Code: 20231
- Zip Code: 20231
- Record
- SN02431899-W 20110424/110422234838-3b450ebff292739cbf6a172b2196e2e1 (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 |