Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2012 FBO #3899
MODIFICATION

66 -- Lease One (1) Triple Stage Quadrupole Mass Spectrometer - Amendment 1 - Amendment 2

Notice Date
7/26/2012
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Food Safety and Inspection Service, Procurement Management Branch, 5601 Sunnyside Avenue, Mail drop 5230, Beltsville, Maryland, 20705, United States
 
ZIP Code
20705
 
Solicitation Number
FSIS-09-B-12
 
Archive Date
8/29/2012
 
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
N/A
 
Description
Attachment 2, Evaluation of Quotes, dated July 25, 2012 replaces Attachment 2, Evaluation of Quotes. Attachment 1, Statement of Work, Dated July 25, 2012, replaces Attachment 1, Statement of Work, Dated June 28, 2012. USDA, Food Safety and Inspection Service (FSIS) has a requirement to lease (1) One triple stage quadrupole mass spectrometers which meets the requirements in the attached Statement of Work, dated July 25, 2012 (Attachment 1). The lease will be a one-year base with 2 one-year options (if exercise) with an option to purchase. This will be a firm-fixed-price contract. 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 Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 (May 18, 2012). The NAICS Code and the small business size standard for this procurement are 334516/500 employees respectively. The offeror shall state in their offer their size status for this procurement. The contractor must bid on all items. Contractor to break down pricing as follows: Base Year: $ To Be Proposed (TBP) ; Option Year 1: $TBP; Option Year 2: $TBP; and Option to Purchase: $TBP. Shipping is FOB Destination. All responsible sources may submit an offer which shall be considered by the agency. Location of where the instrument is to be deliver is as follows: Alameda, CA. Delivery is required within 90 days after contract award. Offers for the items(s) described above are due by August 14, 2012, 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 to provide three (3) copies of their proposal. Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), 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 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAY 2012), 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 52.203-6 Alternate 1; FAR 52.204-10; FAR 52.209-6; FAR 52.209-10; FAR 52.219-8, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.223-18, FAR 52.225-1, FAR 52.225-13, and FAR 52.232-33. FAR 52.207-5 Option to Purchase Equipment (FEB 1995), FAR 52.232-18 Availability of Funds (Apr 1984), and FAR 52.247-34 F.O.B Destination (Nov 1991) are applicable. FAR 52.217-9 Option to Extend Contract (MAR 2000) and AGAR 452.209-71 are attached (Attachment 3) are also applicable clauses. The FAR may be obtained via the Internet at http://www.acquisition.gov/far/. The Offerors are to complete and submit a copy of the attached provisional clauses (Attachment 4). All contractual and technical questions must be in writing (e-mail or fax) to Kathy Richardson not later than 2:00 p.m. (Eastern Standard Time), August 1, 2012. E-mail address is Kathy.Richardson@fsis.usda.gov. Fax number is 301-504-4276. Telephone questions will not be accepted. Evaluation of Quotes Selection and award will be based on the evaluation criteria stated in the attached document "Evaluation of Quotes, dated July 25, 2012" (Attachment 2). 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 (April 2012) 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-09-B-12/listing.html)
 
Place of Performance
Address: Alameda, California, 94501, United States
Zip Code: 94501
 
Record
SN02817439-W 20120728/120727001236-1ac91ac5b1147d7f25757583c00a1644 (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.