Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2005 FBO #1207
SOLICITATION NOTICE

66 -- REQUEST FOR QUOTATION FOR GAS CHROMATOGRAPHY ANALYTICAL EQUIPMENT

Notice Date
3/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-05-T-0364
 
Response Due
3/25/2005
 
Archive Date
5/24/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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 a solicitation, and proposals ar e being requested. This acquisition is issued as a Request for Proposal (RFP). The combined synopsis/solicitation number is W91ZLK-05-T-0364. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitio n Circular (FAC) 97-27. The associated North America Industry Classification System (NAICS) Code is 339111 and the Business Size Standard is 500. The Government contemplates award of a firm-fixed priced contract resulting from this combined synopsis/solic itation. Each Offeror shall email Contracting Officer listed below and request additional information on all CLINs; CLIN 1. Network GC System, Agilent Part #G1530N, QTY 1; CLIN 2. MSD Interface, Part #G1530N, QTY 1; CLIN 3. Vaporizing Inlet, JAS Part # 7 6200, QTY 1; CLIN 4. Cooling Device, JAS Part #76200 OPOT002, QTY 1; CLIN 5, Autoinjector Module, Agilent Part #G2913A, QTY 1; CLIN 6. Tray Module, Agilent Part #G2614A, QTY 1; CLIN 7. Std Turbo Mainframe, Agilent Part #G2578A, QTY 1; CLIN 8.Chemstation So ftware, Agilent Part #G1701DA, QTY 1; CLIN 9. Dell Optiplex Computer, JAS Part #10000US, QTY 1; CLIN 10. Digilab IRD II Bundle, Part 099-1960, QTY 1; CLIN 11. Special Transfer Line, JAS Part #65700T, QTY 1; CLIN 12. Installation of GC w/all components, QT Y 1; CLIN 13. Travel Charges to APG, MD., QTY 1. Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery shall be to the U.S. Army Aberdeen Proving Ground, Md 21005/21010. The following clauses will be incorporated by refere nce. 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment 52.212-4 Contract Terms and Conditions Commercial Items, 52.223-11 Ozone-Depleting Substances, 52-247-34 F.O.B. Destina tion., 52.216-19. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The contract will be awarded to Low Price Technical Acceptable (LPTA). The government reserves the right to make an award without discussions. The Government reserves the right to award on an all or none basis. The technical evaluation will be a determination as to equality of the product and shall be based on information furnished by the vendor. The government is not responsible for locating or securing any information which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) neces sary for the government to determine whether the product meets the salient characteristics of the requirement. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, pr ice and other factors considered. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commerci al Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer. The clau se at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontr actor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer), FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); F AR 52.219-14 Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-2 1 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.2 22.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001) (38 U.S.C. 4212). FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veter ans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999). DFAR clause Contract Terms and Conditions require d to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Jun 2004). The following additional DFAR clauses cited in the clause 252.212-7001 are applicable: 52.203-3 Gratuities,252.225-7001 Buy America and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.232-7003 Electronic Submission of Payment Requests (Jan 2004)(10 U.S.C. 2227) . The full text of the FAR references may be accessed electronically at this address: http://fa rsite.hill.af.mil, http://www.arnet.gov/far, and http://www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail by 25 Mar 2005, no later than 12:00 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Shirley Ziervogel), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at http://www.bpn.gov/CCRINQ. For questions concerning this solicitation contact Shirley Ziervogel, Contracting Officer, via email to: shirley.ziervogel@apg.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED. NOTE 1 applies
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00769153-W 20050317/050315212521 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.