Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2016 FBO #5375
SOLICITATION NOTICE

70 -- Furnish, Customize and Install LIMS System - Technical Specs

Notice Date
8/9/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Agricultural Research Service - Northeast Area
 
ZIP Code
00000
 
Solicitation Number
AG-2415-S-16-0006
 
Archive Date
9/8/2016
 
Point of Contact
KAREN GARDNER, Phone: 814-863-0928
 
E-Mail Address
karen.gardner@ars.usda.gov
(karen.gardner@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Technical Specifications All quotes and revisions shall be submitted to Karen Gardner via email at Karen.Gardner@ars.usda.gov. Quotes and all revisions are due no later than August 24, 2016, 3:00 PM Eastern Standard Time. Offerors shall ensure the RFQ number is visible in the subject line of the email. Faxed quotes shall not be accepted. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 423430 (Computer and Computer Peripheral Equipment and Software Merchant Wholesalers) Size Standard 250 employees. The government anticipates a Firm Fixed price contract to furnish, customize and install a Brand Name or Equal to Autoscribe Informatics Matrix Gemini Laboratory Information Management System (LIMS). This item is pending availability of funding. This acquisition is for the following item as identified in the Contract Line Item Number (CLIN): 01) Furnish, Customize and Install LIMS system. (Equal to Autoscribe Informatics Matrix Gemini Laboratory Information Management System (LIMS) Contractor shall provide a LIMS system that is Equal to or exceeds the Autoscribe Informatics Matrix Gemini Laboratory Information Management System to include: Base System Licenses (3 concurrent users and 1 restricted user or equal) Crystal Reports Developer or equal Onsite training Offsite Customization Launch support with end user/super user training FOB Destination delivery Including start-up and on-site training Warranty Technical Specifications to furnish, customize and install the Brand Name or Equal to Autoscribe Informatics Matrix Gemini Laboratory Information Management System (LIMS) are attached. The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA, ARS, Pasture Systems & Watershed Management Research Unit, Bldg 3702, Curtin Road, University Park, PA 16802 and will be identified in the contract. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping). Include Warranty information with your quote. Documentation is to be furnished to show how the offered item is in compliance with the technical specifications or how it meets/or exceeds each specification requirement. Quotes should be valid for 90 days from date of submission. The basis for award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the expected outcome of the acquisition that, results from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price (to include shipping) and must also have satisfactory Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by Contracting Officer Representative (COR) and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; AGAR 452.204-70 Inquiries; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.217-8 Option to Extend Services; FAR 217-9 Option to Extend the Term of the Contract; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1 Buy American--Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; ; FAR 52.232-18 Availability of Funds; FAR.52.232-19 Availability of Funds for the Next Fiscal Year; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted electronically.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9dfff1b0d99e56cce27e002d91e080e1)
 
Place of Performance
Address: Bldg 3702 Curtin Road, University Park, Pennsylvania, 16802, United States
Zip Code: 16802
 
Record
SN04215779-W 20160811/160809235538-9dfff1b0d99e56cce27e002d91e080e1 (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.