Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2005 FBO #1335
SPECIAL NOTICE

41 -- CLASS III TOTAL EXHAUST GLOVE BOX FOR HAZARDOUS MATERIALS

Notice Date
7/21/2005
 
Notice Type
Special Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
APVSNVXX1895
 
Response Due
7/29/2005
 
Archive Date
8/13/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The USDA, Animal and Plant Health Inspection Service (APHIS) NVSL intends to issue a Commercial Purchase Order for NAME BRAND OR EQUAL MODEL NU-S705-500 CLASS III TOTAL EXHAUST GLOVE BOX FOR HAZARDOUS MATERIALS. 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 the only solicitation; quotations are being requested and a separate written request for quotation will not be issued. (ii) The solicitation number APVSNVXX-0189-5 issued as a request for quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Agriculture Federal Acquisition Regulations supplement (AGARs) can be accessed on the Internet at http:// www.arnet.gov/far and http://www.usda.gov/procurement/policy/agar.html (iv) This solicitation is a Small Business set-aside. The associated NAICS code for this effort is 339111 and small business size standard average number of employees 500. (v) This requirement consists of line item(s) 001 Model NU-S705-500 Class III Total Exhaust glove box for hazardous material. ; hinged 10 degree slanted window; 316 stainless steel interior ? gasketed seams 30? base stand height interior shelf 15 x 5 w/spill lip 2 duplex outlets; Fluorescent lighting; hepa filters; Three (3) flexible two piece glove ports. (vii) Delivery and acceptance of line items will be FOB destination, AMES, IOWA 50010. All deliverables must be provided no later September 20, 2005. (viii) The provision at 52.211-6 Brand Name or Equal (8/99) - 52.212-1, Instructions to Offeror's - Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. (x) Offerors must include a complete copy of 52.212-3 with quote. Applicable Far clauses are incorporated by reference; 52.212-3 Offeror?s Representations and Certifications - Commercial Items -the contractor shall return a completed copy of this provision with its quotation a copy of the provision may be attained from http:// www.arnet.gov/far; 52.212-4 Contract Terms and Conditions; 52.204-6 Data Universal Numbering System; 52.204-7 Central Contractor Registration. Numbered Note 1 applies to this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition (xi) The provision 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2: A competitive award will be made to the responsible firm with the quote representing the overall competitive award will be made to the responsible firm with the quote representing Low Price Technically Acceptable. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition: Contract Terms and Conditions Required in Implement Statutes or Executive Orders- Commercial Items (Oct 2004) (a) The Contractor shall comply with the following FAR clauses, which are incorporated referenced: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402): (5) (i) 52.219-6, Notice of Total Small Business Set Aside (June 2003) (15 U.S.C. 644). (ii) Alternate I (Oct 1995) of 52.21906. (iii) Alternate II (mar 2004) of 52.219-6: (6) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). (ii) Alternate I (Oct 1995) of 52.21907. (iii) Alternate II (Mar 2004) of 52.219-7: (1) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-78 (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (8) (i) 52.219-9. Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637 (d)(4). (ii) Alternate I (Oct 2001) of 52.219-9. (iii) Alternate II (Oct 2001) of 52.219-9: 22) 52.225-1, Buy American Act Supplies (June 2003) (41 U.S.C. 10a 10d). (23) (i) 52.225-3, Buy American Act Free Trade Agreements-Israeli Trade Act (Oct 2004) (41 U.S.C. 10a-10d, 19 U.S.C 3301 note, 19 U.S.C. 2112 note, Pub L. 108-77, 108-78). (ii) Alternate I (Jan 2004) of 52.225-3. (iii) Alternate Ii (Jan 2004) of 52.225-3. (24) 52.225-5, Trade Agreements (Oct 2004) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note): The proposed contract is 100% set aside for small business concerns. Award will be made by lowest technically acceptable priced responsive responsible offerer. Proposals are due by Friday July 29, 2005 3 p.m. Central Time. Proposals may be faxed to Susan Fedorko (612) 370-2136 with signed originals forwarded by mail to: USDA APHIS Contracting, Butler Square West, 5th floor Suite 510C Minneapolis, MN 55403. ATTN: SUSAN FEDORKO
 
Place of Performance
Address: USDA APHIS NVSL, 1800 DAYTON ROAD, AMES, IOWA,
Zip Code: 50010
Country: USA
 
Record
SN00851684-W 20050723/050721211654 (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.