Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2012 FBO #4037
SOLICITATION NOTICE

99 -- Pro Strips Threat Detection Kit - Brand Name Justification and Approval

Notice Date
12/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Preparedness Branch, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
 
ZIP Code
21727
 
Solicitation Number
HSFE20-13-Q-0014
 
Archive Date
1/2/2013
 
Point of Contact
Scott G. Drega,
 
E-Mail Address
scott.drega@fema.dhs.gov
(scott.drega@fema.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Justification and Approval This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, Streamlined Procedures for Commercial Items, 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. It is incumbent upon contractors to monitor the FEDBIZOPPS web page for any/all subsequent amendments. FEDBIZOPPS also contains an option for automatic notification service. The solicitation number is HSFE20-13-Q-0014. The solicitation is issued as a request for quotation (RFQ). Provisions and clauses in effect through the most recent Federal Acquisition Circular are incorporated. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 325414, with a size standard of 500 employees. This is a total small business set aside. All qualified small businesses are encouraged to submit a quote. THIS IS A BRAND NAME ONLY REQUIREMENT pursuant to FAR 13.106-1(b)(1). The Brand Name Only Justification is based on maintaining alignment with existing training configurations at the Center for Domestic Preparedness COBRA training facility. Use of a product other than the brand name would require increased time for instruction on instrument operation, increased learning time to understand changes resulting from biological agent interaction, increased learning curve for the instrument's capabilities and limitations, and revision of standard practices in the CDP biothreat training implementation. The introduction of competing models will prolong delivery of training, as the participants will likely be unfamiliar with competing, lesser known, lesser capable units. Additionally, course management and subject matter experts affiliated with biothreat response training assert the training value and effectiveness is maximized by using the same equipment that emergency responders are using in their operations, and use of another product would adversely affect training value and effectiveness. The Federal Emergency Management Agency, on behalf of the Center for Domestic Preparedness (CDP), requests responses from qualified sources capable of providing ADVNT Biotechnologies Pro Strips Rapid Screening System Multi-Agent BioWarfare Threat Detection Kit (10/bx) Part No. PS-5T. BRAND NAME ONLY SPECIFICATIONS: LINE ITEM 0001: Quantity twenty-five (25) each ADVNT Biotechnologies Pro Strips Rapid Screening System Multi-Agent BioWarfare Threat Detection Kit (10/bx) Part No. PS-5T. Include shipping costs for all twenty-five (25) kits, to the following address: Federal Emergency Management Agency Center for Domestic Preparedness 40 Twill Lane Anniston, AL 36205 LINE ITEM 0001 shall be delivered no later than December 31, 2012. LINE ITEM 0002 (OPTION 1): Quantity six (6) each ADVNT Biotechnologies Pro Strips Rapid Screening System Multi-Agent BioWarfare Threat Detection Kit (10/bx) Part No. PS-5T. Include shipping costs for all six (6) kits to the address listed in LINE ITEM 0001. If the option is exercised, LINE ITEM 0002 shall be delivered no later than February 28, 2013. LINE ITEM 0003 (OPTION 2): Quantity six (6) each ADVNT Biotechnologies Pro Strips Rapid Screening System Multi-Agent BioWarfare Threat Detection Kit (10/bx) Part No. PS-5T. Include shipping costs for all six (6) kits to the address listed in LINE ITEM 0001. If the option is exercised, LINE ITEM 0003 shall be delivered no later than May 31, 2013. LINE ITEM 0004 (OPTION 3): Quantity six (6) each ADVNT Biotechnologies Pro Strips Rapid Screening System Multi-Agent BioWarfare Threat Detection Kit (10/bx) Part No. PS-5T. Include shipping costs for all six (6) kits to the address listed in LINE ITEM 0001. If the option is exercised, LINE ITEM 0004 shall be delivered no later than August 30, 2013. EVALUATION FACTORS FOR AWARD: The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable offer, which shall represent best value to the Government. Award shall be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors (i.e. technical conformance to the requirements of the Request for Quote). Evaluation of price will be based on the offeror's total price for all line items as delivered to the specified destination. Past Performance is not an evaluation factor for this acquisition. The following factors shall be used to evaluate offers: 1. Technically acceptable in conformance to the requirements of the Request for Quote. 2. Price (total price including shipping costs and evaluation of all options). The offeror's initial quote shall contain the offeror's best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. INSTRUCTIONS TO OFFERORS: This is an all or nothing award. Please submit a complete quote listing the required items. The offeror must quote on both items or the offeror's quote will not be considered. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all CLINS are priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price purchase order. Offerors shall submit firm-fixed pricing for all above requirements. Include any applicable discounts to the Government. Delivery dates are specified within the CLINs listed above. OTHER ADMINISTRATIVE INSTRUCTIONS: Offerors must be registered on the website System for Award Management (SAM). Registration is free and can be completed on-line at http://www.sam.gov. If you were previously registered in CCR and ORCA, your information has been migrated to SAM. Offeror should have Representations and Certifications filled out in SAM. FAR Provisions & Clauses: FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions---Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR clauses apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION); 52.233-1, Disputes 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim. HSAR 3052.204-71, Contractor employee access; HSAR 3052.247-72, FOB Destination Only; HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates (JUN 2006). QUOTE TIMELINE: Quotes are due no later than December 18, 2012, 4:00 p.m. Eastern Standard Time. Please submit quotes via email to Scott Drega at scott.drega@fema.dhs.gov. Inquiries and information received after the established deadlines shall not be considered for this particular acquisition. Oral communications are not acceptable in response to this notice. Only written inquiries will be accepted. E-mail inquires must be in MS Word, Excel, or PDF format.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/HSFE20-13-Q-0014/listing.html)
 
Record
SN02946239-W 20121213/121211234241-4461452457bff5abe5c5d981e6f3d82f (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.