Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2024 SAM #8425
SOLICITATION NOTICE

J -- X-ray diffractometer Preventative Maintenance: Utilizing FAR 6.302-1 Authority

Notice Date
12/19/2024 3:05:39 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
ATF WASHINGTON DC 20226 USA
 
ZIP Code
20226
 
Solicitation Number
15A00025R00000014
 
Response Due
1/6/2025 6:00:00 AM
 
Archive Date
01/21/2025
 
Point of Contact
Brian Palmer
 
E-Mail Address
brian.palmer@atf.gov
(brian.palmer@atf.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this Notice. This announcement constitutes the only solicitation for which quotations are being requested. Another written solicitation will not be issued. This Request for Proposal (RFP) document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-02. The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) is soliciting a requirement for Preventative Maintenance on a Panalytical Empyrean X-ray diffractometer (XRD). This solicitation and resulting award are utilizing the authority granted in FAR 6.302-1 �Only one responsible source and no other supplies or services will satisfy agency requirements.� The only known source to provide the required maintenance, using authorized technicians, and keeping equipment warranty is the Original Equipment Manufacturer (OEM). The OEM is Malvern Panalytical Inc (UEID: YYDEKQG2AR67). Additional requirements are documented in the Performance Work Statement (PWS). Please read the attached PWS carefully when submitting your response. The period of performance is documented in the PWS. As this is using the authority of FAR 6.302-1, the OEM is already determined Technically Acceptable. The Contracting Officer will verify price is fair and reasonable before award and verify the proposal meets the needs of the PWS. Proposal must provide a returned copy of the attached SF 1449 (15A00025R00000014). Pricing must be included on all CLINS listed on page 5. If the solicitation is amended and competition is available, then the ATF will award to the responsible firm whose proposal conforming to the RFQ will be the most advantageous/best value using the Lowest-Price-Technically-Acceptable (LPTA) method. ATF may review the past performance/delivery of the seller to help determine its technical capability. Offerors MUST be registered and Active in the System for Award Management (SAM) system (www.SAM.gov) at the time of quotation submission, pursuant to FAR 52.204-7. OPEN MARKET Proposals should be submitted via email to brian.palmer@atf.gov by the Close of this RFP, 9:00am EDT on 01/06/2025. The RFP # (15A00025R00000014) must be clearly displayed on the proposals and in the Subject of the email. Proposals MUST be good for 30 calendar days after the close of the RFP and should be submitted in Good-Faith to be responsive. Questions should be submitted by 9:00am EDT on 12/30/2024. The selected vendor must comply with the following FAR commercial provisions and clauses, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The selected vendor must also comply with FAR 52.203-18, 52.209-11, and 52.211-6. The full text of these clauses may be viewed via https://www.acquisition.gov/far/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a56b5d93eb934072871fa8906c36ab3d/view)
 
Place of Performance
Address: Atlanta, GA 30345, USA
Zip Code: 30345
Country: USA
 
Record
SN07297327-F 20241221/241219230111 (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.