Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2012 FBO #3696
SOLICITATION NOTICE

66 -- Gel Permeation Chromatography (GPC) Cleanup System

Notice Date
1/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region III, Contracts Branch (3PM10), 1650 Arch Street, Philadelphia, Pennsylvania, 19103-2029
 
ZIP Code
19103-2029
 
Solicitation Number
RFQ-PA-12-00005
 
Archive Date
2/1/2012
 
Point of Contact
Tiffany Gillespie, Phone: 215-814-5308
 
E-Mail Address
gillespie.tiffany@epa.gov
(gillespie.tiffany@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and 13 as supplemented with additional information included in this notice. This solicitation is issued as a Request for Quotations (RFQ) under solicitation number RFQ-PA-12-00005. Award will be made using Simplified Acquisition Procedures in accordance with FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is 100 percent set aside for small business concerns. The associated North American Industrial Classification (NAICS) code is 334516 and the business size standard is 500 employees. This requirement is for Laboratory Equipment - One (1) Gel Permeation Chromatography (GPC) Cleanup System with an Autosampler and other items (See Below): 1) HPLC Pump (High pressure liquid pump) 2) Autosampler 3) UV-Detector (254 nm wavelength lamp) 4) Glass GPC Column (Traditional Repackable Column which uses 100% Methylene chloride) 5) Sample tray (before cleanup) capable of holding at least 24 samples 6) Sample tray (after cleanup) capable of holding at least 24 samples with volumes of ~150mL or greater (or of sufficient volume to conform with a traditional glass GPC column and method SOM01.2's criteria) 7) Computer with software that will be able to meet the requirements for GPC cleanup in method SOM01.2 (CLP methods) 8) Direct injection rather than loop fill injection 9) On-site Training, Installation and Shipping Applicable Clauses and Provisions - The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55. The following provisions and clauses are hereby incorporated by reference and shall apply to this solicitation and shall apply accordingly to the subsequent award. The provisions and clauses can be found at www.acqnet.gov. FAR 52.212-1 Instruction to Offerors - Commercial Items (June 2008) NOTE: This is a total small business set-aside. The NAICS code for this procurement is 334516 with a size standard of 500 employees. FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: The Government will award a contract resulting from this solicitation to the lowest priced technically acceptable quote conforming to the solicitation. The Government intends to award on an all or none basis. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Nov 2011) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (June 2010) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2012). Note that the following FAR clauses are cited within this clause: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment. 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-6, Notice of Total Small Business Set-Aside (June 2003) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) EPAAR 1552.211-79 Compliance with EPA Policies for Information Resources Management (OCT 2000) EPAAR 1552.233-70 Notice of filing requirements for agency protests (JUL 1999) Questions regarding this solicitation must be in writing via e-mail to gillespie.tiffany@epa.gov Quote Submission Requirements - The following information should be submitted with your quote: 1. Separate Pricing for each item 2. Technical Submission Requirements 3. Completed FAR Provision 52.212-3. Vendor's confirmation of completed ORCA representations is sufficient Quotes are due via E-mail to Tiffany K. Gillespie at gillespie.tifffany@epa.gov on or before 4:30 pm local time (Philadelphia, PA), January 17, 2012 Quoting via E-mail - Due to firewalls and security protocols it is recommended that quotes be emailed at least 30 minutes prior to closing. Also please note that zipped files will not pass through our firewalls. Please send quotes via PDF, Word, or WORD PERFECT. If this is a problem please contact the undersigned immediately. Firms are instructed to contact Tiffany K. Gillespie via email within one business day of submitting their quote to confirm Government receipt of a quote package if they do not receive a previous confirmation of receipt. Due to email and server limitations, please limit the size of each email to no more than 10 MB. If the files size is larger please send files in separate emails. All emails must be received before the closing date and time for the quote to be timely Failure to submit a complete quote by the time and date established may result in the quote not being considered. CCR Requirement - Unless exempted by an addendum to this solicitation, by submission of a quote, the quoter acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the quoter does not become registered in the CCR database in a reasonable time as determined by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Quoter. Quoters may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/3PM10/RFQ-PA-12-00005/listing.html)
 
Place of Performance
Address: U.S. EPA, Environemntal Science Center, Fort Meade, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN02649546-W 20120107/120105234911-a3b02a25b094b47181a2c3e6c22f7711 (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.