SOLICITATION NOTICE
58 -- Chart Recorders and Humidity Sensors for TRIGA Reactor - Applicable Documents
- Notice Date
- 11/16/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Other Defense Agencies, TRICARE Management Activity, USUHS CONTRACTING OFFICE, 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
- ZIP Code
- 20814-4799
- Solicitation Number
- HT9404-13-Q-0243
- Archive Date
- 12/31/2012
- Point of Contact
- Melissa Marcellus,
- E-Mail Address
-
Melissa.Marcellus@usuhs.edu
(Melissa.Marcellus@usuhs.edu)
- Small Business Set-Aside
- N/A
- Description
- CLIN Structure FAR Provision 52.212-3 Offeror Representations and Certifications Applicable provisions and clauses for this requirement. The Uniformed Services University of the Health Sciences (USUHS) and the Armed Forces Radiobiology Research Institute (AFRRI) located on the Walter Reed National Military Medical Center in Bethesda, MD has a requirement for the replacement of obsolete chart recorders (Soltec brand) and humidity sensors for use with our TRIGA Reactor. Additional information regarding USUHS and its mission can be found at: www.usuhs.mil. Additional information regarding AFRRI and its mission can be found at: http://www.usuhs.mil/afrri/. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This request for quotes (RFQ) for commercial items is in accordance with FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. It will be the responsibility of the offeror to check the website http://www.fbo.gov for the issuance of any amendments to the solicitation. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-61 (effective 15 October 2012) and Defense Federal Acquisition Regulations Supplement Publication Notice (DPN) 20120906 (effective 6 September 2012). This solicitation is for full and open competition under the applicable North American Industry Classification System (NAICS) Code 334513 - Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables. All responsible sources may submit a quote, which will be considered by USUHS. In order to be eligible for award of this purchase order, offerors must either be registered with the System for Award Management (SAM) located at https://www.sam.gov/portal/public/SAM/, with completed representations and certifications, or for those offerors not registered in SAM, FAR Provision 52.212-3 Offeror Representations and Certifications - Commercial Items must be submitted with the quote package. Offerors not registered in SAM or who do not submit a completed copy of FAR Provision 52.212-3 will not be eligible for award. See attached for the full-text version of FAR Provision 52.212-3. Offerors interested in responding to this requirement must provide a quote for chart recorders and humidity sensors which, at a minimum, meet the specifications identified below. A single firm fixed price (FFP) purchase order will be awarded. Minimum Specifications : •Liquid crystal or light emitting diode color display •10 analog input channels that accept a range of ±20mV to ±50V •Thermocouple or 4-20m •Current loop •External humidity sensor •External channel triggering capability •Alarm output points capable of handling 250V AC/2a •Internal memory storage •Memory stick capability and Ethernet connectivity See CLIN structure attached to this notice. The Government intends to award a single firm fixed price (FFP) purchase order to the offeror representing the best value to the Government based upon the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The Government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the highest technically rated offeror. The Government reserves the right to award without discussions. Evaluation Factors (Listed in order of importance) : 1. Technical - Offerors must provide product literature, which demonstrates the capabilities of the quoted item(s). At a minimum, the product literature must demonstrate that the quoted item meets the specifications outlined above. Information on warranty, training, installation and delivery lead-time must be included in the quote submission and will be evaluated. The government reserves the right to utilize technical (i.e., trade magazines) and customer reviews/references as part of the technical evaluation. 2. Price - Offerors must include all applicable costs (e.g. components, shipping, etc.) in their quote. The total quoted price for all components will be the evaluated price. Offerors must submit a completed copy of DFARS Provision 252.225-7001 Buy American and Balance of Payments Program Certificate. See attached provisions and clauses for a copy of the certificate. Quoted items must be new. Quotes for refurbished items will not be considered. Offerors must also indicate in the quote where the items are manufactured. Offerors may provide quotes for multiple chart recorders and humidity sensors. Items will be shipped to Bethesda, MD 20814. Questions/clarifications regarding this solicitation must be submitted via email to melissa.marcellus@usuhs.edu by 10:00am EST on Wednesday, 21 November 2012. Any question received after 21 November 2012 will not be answered. Questions will not be answered over the phone, nor will questions submitted via any means other than email be answered. All questions will be answered in an amendment to the solicitation posted on or around 23 November 2012. Quote packages are due by 5:00pm EST on Wednesday, 28 November 2012. Quotes must be submitted via email to melissa.marcellus@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Quote packages should include a cover sheet that provides the following information: •Company Name •Point of Contact, to include email and phone number •DUNS number •Statement that includes acknowledgment of latest amendment number Attachments : Applicable Provisions & Clauses FAR Provision 52.212-3 Offeror Representations and Certifications CLIN Structure
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8c4e04c9e50788c545f423334f1e2168)
- Place of Performance
- Address: Armed Forces Radiobiology Research Institute, Building 42 and 53, 8901 Wisconsin Avenue, Bethesda, Maryland, 20889-5603, United States
- Zip Code: 20889-5603
- Zip Code: 20889-5603
- Record
- SN02932619-W 20121118/121116234653-8c4e04c9e50788c545f423334f1e2168 (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 |