Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2018 FBO #6118
SOLICITATION NOTICE

66 -- Mass Spectrometer - Purchase Description

Notice Date
8/22/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W911N2) LEAD - (SPS), 1 OVERCASH AVE, CHAMBERSBURG, Pennsylvania, 17201-4150, United States
 
ZIP Code
17201-4150
 
Solicitation Number
W911N2-18-Q-0030
 
Archive Date
9/15/2018
 
Point of Contact
Hawa Janneh, Phone: 7172678036
 
E-Mail Address
hawa.janneh.civ@mail.mil
(hawa.janneh.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Mass Spectrometer 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; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is W911N2-18-Q-0030 and this is a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This requirement is 100% set-aside for small businesses. The anticipated award will be a Firm Fixed Price Contract. The award will be made based on the lowest priced, technically acceptable offer. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Regulation. The North American Industry Classification System (NAICS) code is. 334516 Analytical Laboratory Instrument Manufacturing. The SB size standard for this code is 1000 employees. 0001: ICPMS-2030 Mass Spectrometer (1) Each. Per the attached specifications. Brand name or equal. All equipment must be new. All items shall be delivered FOB Destination to Letterkenny Army Depot, Chambersburg, PA 17201. The following FAR provisions and clauses are applicable to this solicitation and may be obtained via internet at http://farsite.hill.af.mil Provision at FAR 52.212-1, Instruction to Offerors--Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE Code, DUNS number, Tax ID Number (TIN) and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Contractors shall include a completed copy of FAR 52.212-3 Alt 1, Offeror Representations and Certifications or complete electronic annual representations and certifications at https://www.sam.gov/portal/public/SAM/. FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.203-12 Limitation On Payments To Influence Certain Federal Transactions FAR 52.204-7 System for Award Management FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.209-2 Prohibition on Contracting With inverted Domestic Corporations.Representation FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-7 Information Regarding Responsibility Matters FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.211-8 Time of Delivery 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 (Deviation) FAR 52.215-1 Instructions to Offerors FAR 52.219-1 Alt 1 Small Business Representations FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Representation 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 52.222-22 Previous Contract and Compliance Reports FAR 52.222-25 Affirmative Action Compliance FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports for Veterans FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-1 Buy American Act-Supplies FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments for Small Business Subcontractors FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.232-17 Interest FAR 52.247-34 F.o.b. Destination FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference FAR 52.252-5 Authorized Deviations in Provisions FAR 52.252-6 Authorized Deviations in Clauses DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, system for Award Management DFARS 252.203-7005 Representation Relation to Compensation of Former DoD Officials DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.216-7006 Ordering DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.247-7023 Transportation of Supplies by Sea FAR 52.212-2 Evaluation - Commercial Item. 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. Award shall be made to the lowest price technically acceptable offer. Technical acceptability shall be based on meeting the specification standards. Contractors quoting on an equal product must submit sufficient descriptive literature the show the product meets the minimum specifications. Failure to submit supporting documentation on an equal product being offered will render the quote non-responsive and it will no longer be considered for this procurement. Point of Contact: Contract Specialist: Hawa Janneh; Phone: (717)267-8036, FAX: (717)267-9834, e-mail: hawa.janneh.civ@mail.mil. Contracting Officer: Laura Buehler; Phone (717) 267-9617. IMPORTANT NOTICES: 1) All Amendments, if applicable, must be acknowledged; 2) Questions concerning this notice must be submitted to the Points of contact as indicated in this announcement. 3) Only email offers will be accepted 4) Contractors are required to be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) to be eligible for award. 5) Quotes must be valid for a period of 60 days. Response Time-Request for Quotation will be accepted at the Letterkenny Army Depot, 1 Overcash Ave, ACC-Redstone-LEAD, Bldg 2S, Chambersburg, PA 17201 not later than 16:00A.M. Eastern Daylight Time on 31 August 2018. All quotes must be marked with RFQ number and title. The government plans to use the Internet and e-mail as the primary means of disseminating and exchanging information. Hard copies of documents posted on FBO will not be made available. Attachment(s): 1 -Purchase Description
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5bf474defd2220a881ce28ab4af1b37e)
 
Place of Performance
Address: Chambersburg PA, United States
 
Record
SN05050249-W 20180824/180822231044-5bf474defd2220a881ce28ab4af1b37e (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.