SOLICITATION NOTICE
66 -- Agilent Gas Chromatography Mass Spectrometer - Brand Name - Solicitation Documents
- Notice Date
- 4/27/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
- ZIP Code
- 20598
- Solicitation Number
- 70T02018Q7NNCP076
- Point of Contact
- Kurt Allen, Phone: 571-459-3858, Janet Cariaga, Phone: 571-227-1878
- E-Mail Address
-
kurt.allen@tsa.dhs.gov, janet.cariaga@tsa.dhs.gov
(kurt.allen@tsa.dhs.gov, janet.cariaga@tsa.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SAP Justification - Agilent GCMS Attachment 1 - Technical Compliance and Pricing Table 70T02018Q7NNCP076 - Agilent GCMS 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 number is 70T02018Q7NNCP076. This Request for Quotation (RFQ) is for a brand name Agilent Gas Chromatography Mass Spectrometer in support of new and ongoing operations. Quoters are requested to review the attached solicitation and its associated attachments. Please review all documents carefully. Included as an attachment is the brand name justification. The RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. This RFQ is under NAICS code 334516, with a U. S. Small Business Administration (SBA) size standard of 1,000 employees. List of contract line item number(s) and item(s), quantities and units of measure: See the attached solicitation and Attachment 1. Description of requirements for the items to be acquired: See attached solicitation. Date of Delivery: See attached solicitation. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition, however no alternative terms and conditions or commercial items outside those specified in the attached solicitation will be considered. The provision at 52.212-2, Evaluation -- Commercial Items, is not used in this solicitation. Please see the attached solicitation for the evaluation procedures to be used. Included in Attachment (1) is a compliance check for Offeror Representations and Certifications (FAR 52.212-3) that the Quoter is required to complete. The vendor shall indicate in the table that it submitted a completed Attachment (2) Reps and Certs Document or is compliance with paragraph (b)(2) of the provision which states that the offers' representations and certifications currently posted electronically at FAR 52.212-3 are current, accurate, complete, and applicable to this solicitation (including the business size standards applicable to the NAICS code referenced in the solicitation). Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition with the following additional FAR clauses cited in the clause _x_ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). _x_ (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). _x_ (25) 52.222-3, Convict Labor (June 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 (Sept 2016) (E.O. 11246). _x_ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)(29 U.S.C. 793). _x_ (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). _x_ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). _x_ (46) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). _x_ (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). There are no additional contract requirement(s) or terms and conditions, outside of the attached solicitation, determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. Defense Priorities and Allocations System (DPAS) and assigned rating: NA The following are the milestones for the key events leading to the award of the Purchase Order: Questions are due no later than Friday, May 4, 2018, 3:00pm Eastern time. Quotes are due no later than Tuesday, May 15, 2018, 3:00pm Eastern time. All questions and quotes shall be submitted via email to kurt.allen@tsa.dhs.gov and janet.cariaga@tsa.dhs.gov. A purchase order will be awarded to the offeror whose quote: 1) Indicates compliance (in Attachment 1: Technical Compliance and Pricing Table) with all the SOW technical requirements and includes supporting documentation; 2) includes a completed Attachment (2) Reps and Certs document (or statement of compliance as indicated above and in Attachment 1); and 3) Quotes the lowest total price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/70T02018Q7NNCP076/listing.html)
- Place of Performance
- Address: 200 West Parkway Drive, Suite 300, Egg Harbor Township, New Jersey, 08234, United States
- Zip Code: 08234
- Zip Code: 08234
- Record
- SN04903862-W 20180429/180427230448-dd48117559b815bb1bd2562c6c277b3e (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 |