Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2003 FBO #0601
MODIFICATION

66 -- Purchasing Agent

Notice Date
7/21/2003
 
Notice Type
Modification
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Northern Region, P.O. Box 7669 200 East Broadway Regional Office, Missoula, MT, 59807
 
ZIP Code
59807
 
Solicitation Number
R1-03-42
 
Response Due
8/1/2003
 
Archive Date
8/16/2003
 
Point of Contact
Pecnick Sue, Purchasing Agent, Phone 406-329-3007, Fax 406-329-3536,
 
E-Mail Address
specnick@fs.fed.us
 
Small Business Set-Aside
Very Small Business
 
Description
THis is for ***XRF Analyzer (for use in our CERCLA mine cleanups to determine waste boundaries and excavation limits). Must be rugged and portable for field use. Must provide simultaneous and rapid analysis of several elements (detection limits (ppm) in parenthesis) form bagged soil/mine waste samples and Mn (1000), Se (30 ppm), Sb (45), Cd (50). Have excitation source that never requires resourcing. Use window based report generation. This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR 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 is R1-03-41 and this requirement is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-13. The procurement is 100% set-aside for small business. See Numbered Note 1. The North American Industry Classification System (NAICS) number is 333999-size standard 500 employees. The USDA Forest Service, 200 East Broadway, Missoula, Montana 59807 intends to award a firm-fixed price contract for the acquisition of the following items. XRF Analyzer (for use in our CERCLA mine cleanups to determine waste boundaries and excavation limits). Must be rugged and portable for field use. Must provide simultaneous and rapid analysis of several elements (detection limits (ppm) in parenthesis) form bagged soil/mine waste samples and Mn (1000), Se (30 ppm), Sb (45), Cd (50). Have excitation source that never requires resourcing. Use window based report generation The Contractor shall include all shipping and transportation cost in price proposal. The Contractor shall be responsible for any and all damages occurring in transit. All Equipment shall be delivered by August 15, 2003 or an alternate date may be proposed. The Equipment shall be delivered to Sue Pecnick at 200 East Broadway, Missoula MT 59807. Final acceptance of delivered item under this contract shall be the responsibility of the Contracting Officer or his/her designee. Quality of the deliverables is subject to verification by the Contracting Officer?s Representative (COR) with the final payment to be withheld pending acceptance. Quotes will be evaluated in accordance with FAR 13.106-2. The Government will award a contract resulting from this RFQ to the responsible offeror(s) whose offer conforms to the RFQ, and is considered to be the best value to the Government. The following factors shall be used: Contractor?s ability to meet aspects of the specifications, and price. The government reserves the right to make award on initial quotes received without discussions. The following FAR provisions and clauses are applicable to this acquisition: 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 52.219-6 ? Notice of Total Small Business Set-Aside, FAR 52.204-6 ? Data Universal Numbering system (DUNS) Number, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items, FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 - Equal Opportunity (E.O. 11246), FAR 52.222-35 ? Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 ? Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), FAR 52.222-19 ? Child Labor-Cooperation with Authorities and Remedies (E.O. 13126), FAR 52.225-3 ? Buy American Act ? North American Free Trade Agreement ? Israeli Trade Act (41 U.S.C 10a-10d, 19 U.S.C. 3301 not, 19 U.S.C. 2112 note), FAR 52.225-13 Restrictions on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), FAR 52.225-15 ? sanctioned European Union Country End Products (E.O. 12849), FAR 52.232-34 Payment by Electronic Funds-Transfer Other Than Central Contractor Registration (31 U.S.C. 3332). Vendors wishing to respond to this RFQ should provide the following: A price quote on company letterhead for the requested items showing unit price, delivery time if other than date specified above, payment terms, correct remittance address; past performance information, product literature; and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications--Commercial Items. The Government will consider all quotes received by 4:00 p.m MDT, August 01, 2003, USDA Forest Service, P.O. Box 7669, Missoula, Montana 59807. Note: full text of the FAR can be accessed on www.arnet.gov/far/ .
 
Record
SN00376192-W 20030723/030721213246 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.