Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2012 FBO #3952
SOLICITATION NOTICE

66 -- Liquid Chromatographer Mass Spectrometer Data Sytems - Attachments

Notice Date
9/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
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-14-B-12
 
Archive Date
10/9/2012
 
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
Total Small Business
 
Description
Attachments USDA, Food Safety and Inspection Service (FSIS) has a requirement to purchase three (3) three Liquid Chromatographer Mass Spectrometer Data Systems (LC/MS/DS) (triple quadrupole) and an option to purchase one additional LC/MS/DS (triple quadrupole) which meets the requirements in the attached Statement of Work (Attachment 1). 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 2005-61 (September 13, 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. This requirement is set-aside for Small Businesses. The contractor must bid on all items. Contractor shall provide pricing for purchasing three LC/MS/DS (triple quadrupole) instruments and pricing for the Option to purchase an additional LC/MS/DS (triple quadrupole) instrument (See Attachment 2). Shipping must be FOB Destination. All responsible small business sources may submit an offer which shall be considered by the agency. Location of where the instruments are to be delivered is listed in the Statement of Work (Attachment 1). Delivery is required within 90 days after contract award. Offers for the items(s) described above are due by September 24, 2012, 3:00 p.m. 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 may either mail or email copy of their proposal (email address is Kathy.Richardson@fsis.usda.gov ). 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 (AUGUST 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 52.219-6; 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 52.217-7 Option for Increased Quantity-Separately Priced Line Item (MAR 1989), FAR 52.232-18 Availability of Funds (Apr 1984), and FAR 52.247-34 F.O.B Destination (Nov 1991) are applicable. AGAR 452.209-71 is attached (Attachment 4) is also applicable clause. The FAR may be obtained via the Internet at http://www.acquisition.gov/far/. The Offerors are to complete and submit a copy of provisional clause "AGAR 452.209.70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction (Deviation 2012-01 (FEB 2012)" (see Attachment 3). Selection and award will be based on technically acceptable, lowest price (which includes the total price for all instruments (3 instruments and the Option to Purchase an additional Instrument), with acceptable past performance (See Attachment 3, FAR 52.217-5 Evaluation of Options). If offerors are not registered via the ORCA website at http://sam.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-14-B-12/listing.html)
 
Place of Performance
Address: See Statement of Work for delivery locations., United States
 
Record
SN02885314-W 20120919/120918000250-edabe58b01d29087e2f8ff0d8c787868 (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.