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, 2017 FBO #5740
MODIFICATION

66 -- Field Emission Gun Electron Microprobe (FEG-EMP) Instrument

Notice Date
8/9/2017
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCH PO BOX 25046 204 DENVER FEDERAL CENTER DENVER CO 80225-0046 US
 
ZIP Code
00000
 
Solicitation Number
G17PS00568
 
Response Due
8/11/2017
 
Archive Date
8/26/2017
 
Point of Contact
Hayes, Lisa
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to notify offerors that the correct time of quotations are due at 5:00 pm (MDT) which is stated in Block 10 of the Solicitation. The time was stated in error on the previous announcement last paragraph and Attachment 1. COMBINED SYNOPSIS/SOLICITATION ANNOUNCEMENT (I) 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. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number G17PS00568. This solicitation will utilize the policies contained in the Federal Acquisition Regulation (FAR) Part 12 in conjunction with the policies and procedures for solicitation evaluation and award prescribed in FAR Part 13.5, Simplified Acquisition Procedures, as appropriate for this acquisition. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. (IV) The solicitation is not a set-aside. The associated NAICS code is 334516. The small business size standard is 1000 Employees. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s): CLIN NO. 00010 ¿ 1 each - New Field Emission Gun Electron Microprobe (FEG-EMP) Instrument with all applicable attachments, components, and related accessories with a full one-year standard manufacturer ¿s warranty per the attached Requirements/Technical Specifications. CLIN NO. 00020 ¿ Installation Services for the Field Emission Gun Electron Microprobe (FEG-EMP) Instrument per the attached Requirements/Technical Specifications. CLIN NO 00030 - On-site training shall be provided by the manufacture at the USGS facility for up to Three (3) USGS personnel per the attached Requirements/Technical Specifications. Availability of Funds. Funds are not presently available for this contract. The Government ¿s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. "THE TERMS AND CONDITIONS OF THIS RFQ SHALL PREVAIL OVER ANY OTHER AGREEMENT (IF ANY)." Offerors shall include a firm-fixed price for all items. Offerors shall provide a D&B DUNS Number with their quote. (VI) Refer to Attachment 2 - Requirements/Technical Specifications for the items description. (VII) Date(s) and place(s) of delivery and acceptance and FOB point. The system shall be delivered FOB Destination within 270 days after receipt of award. Installation and Training shall be completed within 30 days after delivery of the equipment, per the attached Requirements/Technical Specifications. Place of delivery is U.S. Geological Survey, Central Mineral and Environmental Resource Science Center (CMERSC), West 6th Ave. & Kipling St., Denver Federal Center (DFC), Bldg. 20, Denver, CO 80225-0046. (VIII) FAR 52.212-1- Instructions to Offerors - Commercial Items (JAN 2017), applies to this acquisition. ADDENDUM TO CLAUSE 52.212-1(C) - Period for acceptance of offers - The period for acceptance of offers specified in this paragraph, is hereby changed from 30 days to 180 days. (IX) FAR 52.212-2 Evaluation - Commercial Items. (OCT 2014), applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor A: Technical Capability of Proposed Products: Capability of the offeror ¿s proposed products shall meet or exceed technical specifications contained herein. The offeror ¿s proposed instrument will be evaluated based on the following: 1. Spectrometer and stage reproducibility. 2. Energy resolution of the spectrometer. 3. Crystal performance with regards to count rate and peak to background ratios. 4. Electron beam stability. 5. Imaging resolution. 6. Efficiency with regard to instrumentation reliability and maintenance. 7. Preference will be given to systems that support high throughput and shorter analysis times. 8. Preference will be given to systems that pose the least risk to The Government with regards to method development time required, ongoing support and maintenance availability from the vendor, and level of complexity and training required for operation of the proposed system. 9. Validation-test results and the original data from these tests, demonstrating the abilities of all proposed equipment to meet or exceed the technical specifications. To assist in this evaluation, offerors shall submit the following with their quote: Detailed crystal (monochromator) specification sheet which lists d-spacing, count rates, peak to background ratios, and energy resolution for all available crystals. Raw, unprocessed secondary and backscattered electron images of a gold on carbon standard collected at the following conditions: 5 kV, 0.1 nA 5 kV, 1 nA 5 kV, 10 nA 5 kV, 100 nA 10 kV, 10 nA 10 kV, 100 nA 15 kV, 20 nA 30 kV, 0.1 nA 30 kV, 1 nA 30 kV, 10 nA 30 kV, 100 nA Provide a data set from a geologic material such as quartz, apatite, or zircon for which you have collected WDS, EDS, and hyperspectral CL stage mapping data from the same area. Provide conditions and systems used to collect the data set. Provide a raw WDS map set from a geologic material which includes at least one element with an atomic number less than or equal to oxygen collected at 7 kV or less with a field emission source electron microprobe. State the conditions and time for the acquisition. Other data the offeror may wish to include regarding analysis of geologic materials with a field emission electron microprobe. Factor B: Continuing Cost of Operation: Include the anticipated annual price for all consumables and periodically replaced parts for this requirement and the cost of an annual preventive maintenance and repair service contract which includes the replacement of the field emission source. Factor C: Past Performance ¿ Past Performance shall be evaluated in accordance with attached Past Performance Questionnaire (PPQ) as Attachment 3. Offeror ¿s shall submit completed Past Performance Questionnaires (PPQs) for a minimum of three (3) contracts for similar products and services (in terms of contract size, period of performance, as well as, the variety and level of complexity of services performed) during the past three (3) years. Offeror ¿s shall complete Section A of each PPQ and furnish the PPQ to clients. In turn, the client will evaluate the Offeror by completing Section B and the Questionnaire, and submitting the complete PPQ (Sections A, B, and Questionnaire) to the appropriate personnel designated on the form ON OR BEFORE THE DUE DATE OF THIS SOLICITATION. The Government may consider questionnaires received after the due date of the solicitation but is not obligated to do so. Completed PPQs submitted directly from the Offeror will not be considered for evaluation purposes. The Government intends to confirm receipt of a completed PPQ via email within five (5) business days to the client reference that submitted the PPQ. The Government will not communicate directly with Offerors regarding the status of PPQs being submitted on their behalf. Offerors interested in the status of PPQs submitted on their behalf are to contact their client references directly. Offerors with no record of relevant past performance must submit a signed and dated statement to that effect. In addition, past performance information will be obtained from Past Performance Information Retrieval System (PPIRS). Past performance information will be used in the evaluation of all evaluation factors which it impacts. The Government reserves the right to use information obtained from sources inside and outside the offeror ¿s quotation. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror ¿s initial offer should contain the offeror ¿s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. Quotation Preparation Offerors are cautioned to study the Evaluation Factors listed above. Your quotation package shall address each of these factors since these are the standards against which your quotation will be evaluated. It is the offeror ¿s responsibility to include the appropriate documentation in its quotation package to allow a complete technical/price evaluation. Failure to submit the appropriate documentation may result in the rejection of the offeror ¿s quotation. Please note the requirements for System for Award Management Registration (SAM) and completion of the Representations and Certifications as contained in the clauses section of this RFQ. Basis for Award The award of this requirement shall be made using only the procedures found in FAR part 12 in conjunction with FAR part 13.5. A single award shall be made to the vendor whose quotation, conforming to this RFQ, is determined to be the most advantageous to the Government, cost or price and other non-cost or non-price factors listed above. In determining which quotations offers the greatest value or advantage to the Government, overall technical merit will be considered more important than price or cost. The degree of importance of price or cost as an evaluation factor will increase with the degree of equality in the technical merits of the quotations. Between acceptable quotations with a significant difference in technical merit, a determination will be made as to whether the additional technical merit or benefits reflected by a higher priced quotation warrants payment of the additional price or cost. (X) The offeror shall submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (JAN 2017), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov If an offeror has not completed the annual representations and certifications electronically at SAM, the offeror shall complete only paragraphs (c) through (q) of this provision. Note to Offerors: Offerors must have an approved or pending registration at https://www.sam.gov/index.html to be eligible for award. The Government reserves the right to award to the next low offer if the lowest offer does not have an active or pending registration by the date and time specified in Block 13 of the solicitation. (XI) The clause at FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (JAN 2017), applies to this acquisition. Addendum to clause 52.212-4(a): Due to the complex nature of the item(s) being acquired hereunder, and pursuant to FAR 12.402, Clause 52.212-4(a) ¿Inspection/Acceptance ¿ is hereby modified. The Government shall have up to thirty (30) days after the date of delivery or installation, if installation is part of the requirement, to inspect and accept the item(s) that have been delivered. As a result of the foregoing, the seven (7) day period specified in 5 CFR 1315.4(b)(1)(ii) is hereby changed to the ¿30th ¿ day after the date on which the item(s) is actually delivered and installed ¿. The Government will perform an inspection test of the instrument prior to final acceptance as follows: Acceptance of the instrument shall be based upon completion of installation and after testing of instrument software and hardware performance on site at USGS Bldg 20, Denver CO. The instrument shall meet ALL technical specification in this document, acceptance specifications described below, and the Vendor ¿s specifications included in the proposal. 1. Simultaneous co-alignment of Z-optical and spectrometer focus: All 5 spectrometer Rowland Circles shall be aligned such that when the reflected light image of the sample ¿s beam impact point is in focus in Z there will simultaneously be a maximum of counts measured in all spectrometers. To test, the stage will be moved in the Z direction in small increments ( ±20 µm at 1 µm step) through the spectrometer count rate plateau, while remaining on the same spot in X & Y (and repeating some measurements to verify the precision). For each spectrometer the center of the count rate plateau shall be within ±1 µm (in Z) of the point of optical focus as the stage is moved in the Z direction. The acceleration voltage, beam current and counting time should be optimized for 0.1% counting precision for this measurement. 2. Coincidence of the optical focus position, in x, y, and z space, with the simultaneous focus position of all WDS spectrometers. This shall be demonstrated by comparison of spectrometer alignment data with both z-axis and xy plane intensity data. The WDS defocus maps from beam-scanned x-ray mapping on a metal sample shall be symmetrically located about the optical focus position. 3. Stray beam measured using a 100 micron W or Mo aperture target in a Ti target block to produce W or Mo L ¿ and Ti K ¿ k-ratios (both EDS and WDS) less than 0.0001 (0.01 wt % or 100 ppm) using a 100 nA beam and at operating voltages from 5 kV to 30 kV. 4. Beam current stability test: this test shall be performed over a one (1) hour period with the beam current regulation activated at the following conditions: 10 keV and 10 nA. 15 keV and 10 nA. 25 keV and 50 nA. 15 keV and 200 nA Beam stability shall be 1% relative or better. 5. Spectrometer movement reproducibility test using the ¿half-peak position ¿ method: Reproducibility of spectrometer repeatability shall meet the following criteria using the LiF, PET and TAP monochromators (or their large crystal equivalents) measuring Fe K ¿ and Ca K ¿ on LiF, Si K ¿ and Ca K ¿ on PET, and Mg K ¿ and Si K ¿ on TAP using 15 keV and 30 nA beam current: i.First determine the peak location and the location at one-half the maximum (either side) for each pair of elements on each crystal. ii.Detune the spectrometer, position the spectrometer to the peak of element 1, position to the location at one-half maximum for element 1, position to the peak of element 2, position to the location at one-half maximum of element 2. iii.Count for a period of time sufficient to achieve 0.5% relative standard deviation. Repeat at least 100 times from different starting points on the spectrometer (e.g., by alternating the counting on two elements on the same spectrometer). iv.The peak intensities shall vary by less than ±0.3% with 99% confidence levels from the previous set and the one-half the maximum intensities shall vary by less than ±0.6% at 99% confidence levels without a backlash or re-peak procedure. v.Execute a crystal change (returning to the original crystal) on each spectrometer and immediately repeat the test in the paragraph above, verify that the intensities measured vary less than ±1% with 99% confidence levels from the previous set without a backlash or re-peak procedure. 6. Test of k-ratio on several spectrometers for the acquisition of the same X-ray intensity: Agreement of simultaneous k-ratios between all WDS spectrometers on the same sample relative to the same standard must be better than ±0.25% for major elements concentrations when a counting period sufficient to achieve 0.1% relative standard deviation or better is used at 15 keV. This test shall be performed using LiF, PET, TAP, and LDE (or equivalent) crystals measuring Fe K ¿ and Ca K ¿ on LiF, Ca K ¿ and Si K ¿ on PET, Si K ¿ and Mg K ¿ on TAP and O K ¿ and C K ¿ on LDE (or equivalent) multilayers using suitable, metal, mineral or oxide standards and suitable beam currents and counting times. 7. Spectrometer temporal count reproducibility test over five (5) days: On day 1 of testing, an analytical session will be set up for a mineral or robust glass standard with 5 elements (one element per spectrometer), with typical geological EPMA conditions (e.g., 15 keV, 20-30 nA, 0-10 um beam). After calibration and standardization (using appropriate standards), 50 measurements of sufficient time for (>0.1% precision) will be acquired on the unknown. The same sample will be reanalyzed each day for at least 5 days, with no repeaking or PHA modification or reacquisition of standard counts. A log must be kept and displayed of the spectrometer history over the 5-day period; the only allowed spectrometer activity would be if a crystal on a spectrometer had a need to be flipped to a different crystal, then for the following day test, when flipped back to the original crystal required for this test, it is permissible that the flipped spectrometer be recalibrated upon an element not being analyzed on that crystal. These events must be documented. After 5 days, the counts on the mineral or glass standard must be no more than 2% (relative) different from those recorded on day 1, with a desired value of 1% (relative) difference for the period. At the end of this test, the standardization process should be reiterated to enable comparison of standards count rate before and after the test. Final results shall include: i.Raw intensities and backgrounds, along with the integrated beam current and any other analytical conditions for both standards and unknowns. ii.Quantitative analyses for all elements in oxide weight percent of unknowns along with the averages, standard deviations, standard errors, peak-to-background ratio, k-ratios, statistical counting error, ZAF/Phi-Rho-Z correction factors and for the standards the variance from the value entered in the standard database for each element. iii.Mole percent, formula based on oxygen (if applicable to the sample), results in elemental weight percent (including oxygen determined by stoichiometry if not analyzed and if applicable to the sample), detection limits at several different confidence intervals and level of homogeneity will be calculated and displayed. 8. Trace element analysis test: the vendor shall demonstrate high precision on trace element analysis using normal and large area monochromators. Multiple spectrometer integration is required for this test (integration of counts on at least two [2] spectrometers). Test shall be conducted on quartz (SiO2) using material provided by USGS, and shall include the measurement of aluminum (Al) using multiple TAP monochromators, of titanium (Ti) using multiple PET monochromators, and of titanium (Ti) using multiple LiF monochromators. Test shall be reproduced on at least 20 points for each element and monochromator. Results shall include the raw counts on peak and backgrounds, the measured weight percent, and statistical counting error and detection limit calculated for each analysis point. Test will also include a WDS scan over a Ti-free standard (e.g. pure / synthetic SiO2) to demonstrate the presence (or absence) of ¿holes in the background ¿ (negative peak typically visible around the Ti K ¿ region on PET monochromator). 9. Stage reproducibility test: the Offeror shall demonstrate a stage reproducibility of 1 µm or better for all three stage axes. i.The X and Y stage motors reproducibility shall be determined by driving from a point of interest to stage limits and back to the point of interest at 10,000x in SE image mode for X and Y and reflected light for Z without discernable failure of reproducibility. It is highly recommended to perform this test on a minimum of three (3) distinct stage positions for a total of 200 repetitions (e.g. near top-left, top-right, bottom-left, bottom-right, center ¿). ii.The auto focusing reproducibility must be tested by repeating at least 100 auto-focuses that reproduce the stage Z position within 1 µm each time on a static flat polished carbon coated Cu sample (dark blue color). 10. WDS scan of complex matrix: For this test, USGS will provide a complex sample such as a monazite (rare earth phosphate) to test for the spectral resolution on all spectrometers and monochromators available, especially on TAP, PET and LiF. Tests shall be performed on both normal area and large area monochromators whenever possible to permit a comparison of spectral resolution, count rate, and peak-to-background ratio. Contractor agrees that due to the complex nature of the items being purchased, the Government requires a period of 30 days for proper inspection. The Government reserves its rights to reject or revoke acceptance of any items which are found to be noncompliant through inspection within a reasonable time thereafter. This provision does not waive or limit the rights otherwise available to the government. (XII) The clause at FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2017) applies to this acquisition. The following clauses under subparagraph (b) apply: [X] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). [X] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). [X] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). [X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). [X] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313). [X] (16) 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637 (d)(2) and (3)). [X] (17)(i) 52.219-9, Small Business Subcontracting Plan (JAN 2017) (15 U.S.C. 637(d) (4)). [X] (19) 52.219-14, Limitations on Subcontracting (JAN 2017) (15 U.S.C. 637(a)(14)). [X] (20) 52.219-16, Liquidated Damages-Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)). [X] (22) 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C. 632(a)(2)). [X] (25) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). [X] (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126). [X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (28) 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246). [X] (29) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). [X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [X] (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). [X] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). [X] (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016). [X] (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). [X] (43)(i) 52.223-16, Acquisition of EPEAT ®-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). [X] (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011). [X] (48) 52.225-1, Buy American-Supplies (MAY 2014) (41 U.S.C. chapter 83). [X] (51) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [X] (57) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) (31 U.S.C. 3332). [X] (60) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)). (XIII) The following clauses and provisions are also applicable to this acquisition: 52.252-2 Clauses Incorporated by Reference (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(s): http://farsite.hill.af.mil/ The clauses are incorporated by reference, and their terms and conditions apply: 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. (APR 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper. (MAY 2011) 52.204-13 System for Award Management Maintenance. (OCT 2016) 52.204-18 Commercial and Government Entity Code Maintenance. (JUL 2016) 52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. (NOV 2015) 52.225-8 Duty-Free Entry. (OCT 2010) 52.232-39 Unenforceability of Unauthorized Obligations. (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) 52.247-34 F.o.b. Destination. (NOV 1991) Refer to Attachment 2 for all additional applicable clauses in Full-Text. The provisions are incorporated by reference, and their terms and conditions apply: 52.252-1 - Solicitation Provisions Incorporated by Reference. (FEB 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ 52.204-7 System for Award Management. (OCT 2016) 52.204-16 Commercial and Government Entity Code Reporting. (JUL 2016) 52.204-17 Ownership or Control of Offeror. (JUL 2016) 52.204-22 ¿ Alternative Line Item Proposal. (Jan 2017) 52.209-2 Prohibition on Contracting With Inverted Domestic Corporations-Representation. (NOV 2015) 52.209-7 ¿ Information Regarding Responsibility Matters. (Jul 2013) 52.214-34 Submission of Offers in the English Language. (APR 1991) 52.214-35 Submission of Offers in U.S. Currency. (APR 1991) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (OCT 2015) Refer to Attachment 2 for all additional applicable provisions in Full Text. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Electronic Submission of Offers ¿ Required - Quotations is required to be received no later than 5:00 p.m. Mountain Standard Time (MST) on August 11, 2017. Only electronic quotes will be accepted. Quotations shall be submitted by e-mail to ldhayes@usgs.gov. DO NOT SUBMIT YOUR QUOTE THROUGH FEDCONNECT. (XVI) Questions regarding this solicitation should be directed to Lisa D. Hayes at (303) 236-9327 and/or ldhayes@usgs.gov. NOTE: Please see detailed information and all attachments including this Announcement to this Solicitation G17PS00568 at https://www.fedconnect.net/FedConnect/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G17PS00568/listing.html)
 
Record
SN04620017-W 20170811/170809232020-d9a70d76a1130e9de61d0e3878c4e13b (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.