SOLICITATION NOTICE
66 -- Chemisorption/Physisorption/Gas Sorption Analyzer
- Notice Date
- 2/2/2022 7:23:53 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
- ZIP Code
- 61604
- Solicitation Number
- 12505B22Q0047
- Response Due
- 2/17/2022 1:00:00 PM
- Archive Date
- 03/04/2022
- Point of Contact
- Shawna Rogers-Bailey, Phone: 9706314803
- E-Mail Address
-
shawna.rogersbailey@usda.gov
(shawna.rogersbailey@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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. Solicitation No. 12505B22Q0047 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04. The NAICS code applicable to this acquisition is 334516 (Analytical Laboratory Instrument Manufacturing). This requirement is set aside 100% for small business.� The small business size standard is 1,000 employees. The USDA, ARS National Center for Agricultural Utilization Research (NCAUR) Peoria, Illinois has a requirement for a Chemisorption/Physisorption/Gas Sorption Analyzer.� The Government anticipates award of one firm fixed price contract. This acquisition is for the following item as identified in the Contract Line Item Number (CLIN): CLIN 01: Deliver of a new Chemisorption/Physisorption/Gas Sorption Analyzer to include delivery, installation, training and two annual service visits per Technical Requirements document. The Contractor shall provide all items F.O.B. destination to: ��������������� USDA-ARS-NCAUR ��������������� Attn:� Mike Jackson ��������������� 1815 N. University St ��������������� Peoria, IL 61604 Offerors 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; 2) Price; and 3) Company DUNS number. The basis for award is Best Value to the Government.� ""LPTA"" means the best value is expected to result 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 and (2) Price (to include shipping) and must also have satisfactory Past Performance.� The lowest priced proposal will first be evaluated for technical acceptability in accordance with the minimum specifications identified.� If determined not technically acceptable, it will be removed from competition and the next lowest priced proposal will be evaluated for technical acceptability.� This will continue until the lowest price proposal is determined technically acceptable.� Once the lowest priced proposal is determined technically acceptable, then a determination of responsibility will be completed.� If found responsible, evaluations will be closed and award will be made. INSPECTON AND ACCEPTANCE TERMS:� Supplies will be inspected by Contracting Officer Representative (COR) and accepted at destination.� Delivery is requested within 120 days of receipt of order. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition:� The basis for award is Lowest Price Technically Acceptable (LPTA).� LPTA means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price.� Pursuant to FAR 52.212-2, the criteria for evaluation are:�(1) Price and must also have satisfactory Past Performance.� The lowest priced quote will first be evaluated for technical acceptability in accordance with the minimum specifications identified.� If determined not technically acceptable, it will be removed from competition and the next lowest priced quote will be evaluated for technical acceptability.� This will continue until the lowest price quote is determined technically acceptable.� Once the lowest priced quote is determined technically acceptable, then a determination of responsibility will be completed.� If found responsible, evaluations will be closed and award will be made. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); FAR 52.204-7, System for Awards Management (ALL OFFERORS MUST BE REGISTERED AND ACTIVE IN THE SYSTEM FOR AWARDS MANAGEMENT DATABASE IN ORDER TO RECEIVE AN AWARD) The website address for registration is: http://www.sam.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, 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 apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.223-4, Recovered Material Certification; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.225-2, Buy American Act Certificate ; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html. 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. Furnish quotes no later than 3:00 PM (CDT), February 17, 2022 to Shawna Rogers-Bailey, Contract Specialist at Shawna.Rogersbailey@usda.gov .� Quotes will only be accepted via email, no phone calls will be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d33acdad4fb2420bbd9db2ab86be0b87/view)
- Place of Performance
- Address: Peoria, IL 61604, USA
- Zip Code: 61604
- Country: USA
- Zip Code: 61604
- Record
- SN06231627-F 20220204/220202230102 (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 |