Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2005 FBO #1363
MODIFICATION

46 -- Reverse Osmosis Replacement Water System

Notice Date
5/16/2005
 
Notice Type
Modification
 
NAICS
333319 — Other Commercial and Service Industry Machinery 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
APVSNVXX-0110-5
 
Response Due
5/20/2005
 
Point of Contact
Gloria Benson, Purchasing Agent, Phone 612-336-3220, Fax 612-370-2136,
 
E-Mail Address
Gloria.J.Benson@usda.gov
 
Description
THIS COMBINED SNOPSIS/SOLICITATION IS AMENDED TO ADD THE STATEMENT: NUMBERED NOTE 1 APPLIES. The USDA, Animal and Plant Health Inspection Service (APHIS), National Veterinary Science Laboratory (NVSL), 1800 Dayton Road, Ames IA, intends to procure a Reverse Osmosis (RO) Make-up Replacement Water System for media preparation to ensure consistent quality of water for scientific use and 1 (one) 500 gallon storage tank. The objective of the RO system is production of 400 liters per hour of ASTM Type III reverse osmosis water per hour per unit of Laboratory grade Type III water with quality including 95 to 99% rejection of ions, 99% rejection of organics (<200 dalton MW), 99% rejection of particles and bacterial <10 cfu/ml. In addition, the Contractor shall provide 24-hour emergency on-site response to NVSL within 4 hours of notification. A pre-proposal site visit may be arranged by contacting Deborah Brock, Wayne Graeve or Larry Reisetter at (515) 663-7574. This RO Make-Up Replacement Water System will replace existing system. Submit faxed quotations to the Purchasing Section at (612) 370-2136, Attention Gloria Benson. QUOTATIONS ARE DUE MAY 20, 2005 BY 10:00 AM CENTRAL TIME. NAICS Code 333319. A firm-fixed price purchase order will result. Simplified Procurement Procedures will be used as well as Commercial Item Acquisition Regulations per FAR 12. 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 that will be issued; quotations are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation document incorporates provisions and clauses which are in effect through the most current Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference: Instructions of Offerors-Commercial Items 52.212-1 (01/2004); Evaluation-Commercial Items 52.212-2 (01/99). Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-4 (01/99); Notice of Price Evaluation Adjustment for Small Disadvantages Business Concerns 52.219-23 (06/2003); Prompt Payment 52.232.25 (10/2003), Changes—Fixed Price 52.243-1 (08/87). A competitive award will be made to the responsible firm with the quote representing the overall best value. The following factors will be considered in the trade off process: Technical capability, ability to provide service when needed, past performance when combined are considerably more important than price. Offerors must include a complete copy of Representations and Certifications—Commercial Items 52.212-3 with the quote. Contract Terms and Conditions—Commercial Items 52.212-4 (10/03); Contract Terms and Conditions Required to Implement Statues or Executive Orders—Commercial Items 52.212-5 (06/04). ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION FOR CONSIDERATION. All offers must be signed. Effective October 1, 2003, the Federal Acquisition Regulations (FAR), requires that contractors to be registered in the Central Contractors Registration (CCR) System before they can be awarded contracts. Offers should include Tax Payer Identification Number __________________ DUNS Number_________________, Cage Code_________________________ and business size _______________. Failure to provide the information will result in vendor not being considered for award. It is the offeror’s responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Submit all questions by email to gloria.j.benson@aphis.usda.gov. Referenced FAR clauses can be assess for review on the Internet at the following web site: http://www.arnet.gov/far. SPECIFICATIONS: SEE THE ATTACHED INFORMATION. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAY-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 18-AUG-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/APHIS/Purchasing/APVSNVXX-0110-5/listing.html)
 
Place of Performance
Address: 1800 DAYTON ROAD AMES IA
Zip Code: 50010
Country: USA
 
Record
SN00874376-F 20050820/050818213948 (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.