Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 22, 2020 SAM #6719
SOLICITATION NOTICE

66 -- Hydraulic System Upgrade

Notice Date
4/20/2020 1:43:22 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
W2R2 CONST ENGRG LAB CHAMPAIGN IL 61822-1072 USA
 
ZIP Code
61822-1072
 
Solicitation Number
W9132T20Q0034
 
Response Due
4/30/2020 9:59:00 AM
 
Archive Date
05/15/2020
 
Point of Contact
Deyonna R Poke, Phone: 2173733334
 
E-Mail Address
Deyonna.R.Poke@usace.army.mil
(Deyonna.R.Poke@usace.army.mil)
 
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. This announcement constitutes the only solicitation: quotes are being requested and a written solicitation will not be issued. The solicitation number is W9132T20Q0034 and is being issued as a request for proposal (RFQ). The U.S. Army Engineer Research and Development Center (ERDC), Construction Engineering Research Laboratory (CERL) has a requirement for Hydraulic System Upgrade Equipment. This primarily consists of acquiring a new Hydraulic Power Unit (HPU) with pumps, a reservoir, and hoses.� The equipment will be installed in conjunction with three actuators that CERL already owns to clity for the ordering institution to obtain kit configurations that provide at least 20 tests/kit. Deliverables: The following routine consumables needed: Item # Description/Part Number* Verigene BC-GP Kit and extraction tray 20-005-018 Verigene BC-GP Utility Tray 20-012-018 Verigene BC-GN Kit and extraction tray 20-005-021 Verigene BC-GN Utility Tray 20-012-021 Verigene Enteric Kit and extraction tray 20-005-023 Verigene Enteric Amplification Tray 20-012-023 Verigene RP Flex kit and extraction tray 20-005-024 Verigene RP Utility Tray 20-012-024 Flex Reveal Additional Testing � � It will be the responsibility of the Pittsburgh VA Medical center Immunology/Microbiology Supervisor/designee to monitor all performance issues with the vendor. Timely delivery of supplies, prompt and professional technical service, Mon-Fri, will be evaluated and compared to the terms of the contract. Compliance and quality management performance of the method will be maintained by third party inspections and routine quality testing/review by the College of American Pathologists. In accordance with VA policy, contractors storage, generation, transmission or exchanging of VA sensitive information requires appropriate security controls to be in place. This is an acquisition or purchase of commodities, goods (e.g. equipment or software), and technical/field service support to maintain the analyzers. VA sensitive information is not involved in the course of these procedures (see Appendix A). No GFE or GFI will be needed in any capacity. It is the policy of the Pittsburgh VA Medical Center Immunology/Microbiology laboratory to encourage and actively solicit competitive bids from all vendors competing for similar business. a. Identification of Possible Follow-on Work. Not Applicable b. Identification of Potential Conflicts of Interest (COI). Not applicable. c. Identification of Non-Disclosure Requirements. This is an acquisition or purchase of commodities, goods (e.g. equipment or software), and technical/field service support to maintain the analyzers. VA sensitive information is not involved in the course of these procedures. d. Packaging, Packing and Shipping Instructions. There is no special packaging and shipping instructions required. All items are shipped as per the vendor s specifications to ensure quality of products and goods. e. Inspection and Acceptance Criteria. All received products and goods are examined for quality and acceptability without exception. Acceptable products are signed for by the laboratory. No additional risk will be undertaken by the laboratory as compared to any other vendor or method. The equipment and supplies will be located in room 2NW110 and 2NW111. No contractor travel expenses are included in this contract. This contract will be valid for a 1-year time period. In addition, the contract should contain 4 additional option years.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dc46bc32501845f09d85b0ec2c4d1601/view)
 
Place of Performance
Address: Champaign, IL 61821, USA
Zip Code: 61821
Country: USA
 
Record
SN05626847-F 20200422/200420230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.