Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2015 FBO #5011
SOLICITATION NOTICE

66 -- Total Alkalinity Titration System

Notice Date
8/11/2015
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
600 E. Park Ave., Port Angeles, WA 98362
 
ZIP Code
98362
 
Solicitation Number
RFQ40217565
 
Response Due
8/17/2015
 
Archive Date
2/13/2016
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This 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.The solicitation number is RFQ40217565 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83-2. The associated North American Industrial Classification System (NAICS) code for this procurement is 423490 with a small business size standard of 100.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-08-17 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be 600 E. Park Ave., WA 98362 The DOI NPS PWR OLYM MABO requires the following items, Brand Name or Equal, to the following: LI 001: Total Alkalinity Titration System, AS-ALK2 - In Support of the Ocean Acidification Monitoring Program at Olympic National Park, there is a need to purchase an automated apparatus to measure the total alkalinity of seawater in order to fully characterize the ocean carbonate system. These total alkalinity measurements are critical data for determining that saturation state of calcium carbonate in marine waters, a direct measure of how corrosive seawater is to the incredible biodiversity of our park marine life. This apparatus consists of a temperature-controlled titration system with an integrated precision pH meter with dual glass pH electrodes and a data acquisition and control unit. This apparatus determines the acid buffering capacity of seawater (i.e. alkalinity). This is a specialized piece of laboratory equipment that is available from a limited number of commercial vendors. The apparatus that I require needs to be compact and portable for use in the laboratory and at various field locations, and must meet certain rigorous technical specifications outlined below. Technical Specifications: * Compact, lightweight, and portable: allowing use in the lab and the field. * Automated operation titrator for open cell Gran titration * Combination glass pH electrodes and precision pH meter * Precision ? 0.1% or better * Sample volume of 10-25 ml * Sample processing time < 12 minutes per sample. * A data acquisition unit (integrated laptop PC with USB converter and unit control software), 1, EA; LI 002: Shipping and insurance, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DOI NPS PWR OLYM MABO intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOI NPS PWR OLYM MABO is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible Offeror whose quote conforming to the solicitation will be most advantageous to the Government, on the basis of lowest price technically acceptable. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with quote, or have completed the reps/certs section in their SAM.gov registration. The clauses at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and includes the following clauses: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-06, 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; 52.219-06 Notice of Total Small Business Set-Aside; 52.219-28 Post Award Small Business Program Representation; 52.222-03 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-03 Buy American Act - Free Trade Agreements - Israeli Trade Act; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer ? System for Award Management. The clause at 52.247-34, F.o.b. Destination, applies to this acquisition. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. U.S. Department of the Interior Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011) clause is also applicable to this solicitation. This clause will not become a requirement until after a vendor is selected for award, and then that vendor will be required to use IPP for preparing and submitting invoice after delivery. Clause is as follows: Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: The Vendor/Contractor must upload their actual business invoice as an attachment when submitting payment request through the IPP system. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/RFQ40217565/listing.html)
 
Place of Performance
Address: 600 E. Park Ave., WA 98362
Zip Code: 98362
 
Record
SN03833380-W 20150813/150812000144-85ff731efab6d36d34e51e3d59c94ad6 (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.