Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2005 FBO #1400
SOLICITATION NOTICE

63 -- Detectors

Notice Date
9/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, Acquisition and Procurement Office, Acquisition and Procurement Office, Rosslyn Plaza North, Suite 12063 1155 Defense Pentagon, Washington, DC, 20301-1155
 
ZIP Code
20301-1155
 
Solicitation Number
HQ0034-05-T-1025
 
Response Due
9/27/2005
 
Description
(i)This is a brand name or equal combined synopsis/solicitation for commercial services 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 written solicitation will not be issued. This also serves as a notice of intent for Brand Name or Equal basis (Ref. FAR 52.211-6)- Technical literature must be submitted for "equal" products offered for the government to perform a technical evaluation. No further request will be made to obtain required literature and failure to submit may result in your offer being eliminated from award consideration. (ii)This Solicitation HQ0034-05-T-1025- is a Request for Quotation. (iii)This Solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 05-05, effective August 26, 2005. (iv)The applicable North American Industry Classification System Code is 334516. The Small Business Competitiveness Demonstration Program does not cover this procurement. (v)CHEMICAL DETECTORS ? CLIN 0001 ? Brand Name or Equal ? Centurion detection system ? estimated quantities 28; CLIN 0002 ? GID 3 ? 24/7 detection system ? estimated quantities 5. CONSUMABLES Centurion ?CLIN 0001 LLAPU ? Refill Kits ? estimated quantities 1500; CLIN 0002 Pump Module Assembly ? estimated quantities 5;CLIN 0003 Negative Calibrant ? estimated quantities 5; CLIN 0004 Positive Calibrant ? estimated quantities 5; CLIN 0005 Verification Substance ? estimated quantities 5; CLIN 0006 Filter ?? Tube 140 ? estimated quantities 5; CLIN 0007 Internal Sample Transfer Line ? estimated quantities 5; CLIN 0008 HVPS ? estimated quantities 5;CLIN 0009 CPU Board ? estimated quantities 5; CLIN 0010 PDF Board ? estimated quantities 5;CLIN 0011 Auxiliary Board ? estimated quantities 5; CLIN 0012 Chemistry Module ? estimated quantities 5;CLIN 0013 IMS Assembly ? estimated quantities 5. GID3 ?24/7 Consumables ? CLIN 0001 Spare Fuse Set ? estimated quantities 5; CLIN 0002 Internal Battery ? estimated quantities 5; CLIN 0003 Inlet Nozzle ? estimated quantities 5; CLIN 0004 Pump Packaged Assembly ? estimated quantities 5; CLIN 0005 Sieve Pack Set ? estimated quantities 5; CLIN 0006 Sieve Pack Spare ? estimated quantities 5; CLIN 0007 External Battery ? estimated quantities 5; CLIN 0008 Charger ? estimated quantities 5; CLIN 0009 Adapter ? estimated quantities 5. (vi)The Government intends to award a BPA for brand name or equal Centurion and GID3 ? 24/7 chemical detectors and related consumables. Please contact the Contract Specialist listed below via email for brand name minimum specifications for the Centurion and GID 3-24/7 chemical detectors. Minimum specifications will be emailed to prospective offerors immediately. (vii)Period of Performance: September 29, 2005 ? September 28, 2010; Delivery address: 9000 Defense Pentagon RM 2E139, Washington, DC 20301-9000, Attn: Larry Morales (703) 692-8207. (viii)The following provision applies to this acquisition: Federal Acquisition Regulation (FAR) 52.212-1 entitled Instructions to Offerors ? Commercial. The following provision is being added as an Addendum: FAR 52.214-31 (ix)The following provision does not apply to this acquisition: FAR 52.212-2 ? Commercial Items. Award will be made to the offeror that meets all the brand name minimum specifications. The Government will rate each offeror?s quotation against the solicitation requirements. Unless all offers are rejected, award will be made to the offeror whose quotation, conforming to the solicitation, is determined to be the best overall value ? technical, and price factors considered. In determining the best overall value, technical superiority will be the most important and will be rated; however, price will also be considered. The Government may select for award, the offeror whose price is not necessarily the lowest, but whose technical quotation is most advantageous to the Government, thus warranting the additional cost. (x)Offers are to include a completed copy of provision FAR 52-212-3 entitled Offeror Representations and Certifications ? Commercial Items. (xi)The following provision does apply to this acquisition: FAR 52.212-4 entitled Contract Terms and Conditions ? Commercial Items. (xii)The following clause is applicable to this acquisition: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders ?Commercial Items. The following FAR clauses within 52.212-5 are applicable to this procurement 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33. In addition the following clauses apply to this acquisition: FAR 52.211-6, 52.217-8, 52.217-9, DFARS 252.204-7004. Vendors may obtain CCR Information by calling 1-888-227-2423 or via Internet at www.ccr.gov. ONLY FIRMS REGISTERED IN THE CCR ARE ELIGIBLE FOR CONTRACT AWARD. (xiii)There are no additional contract requirement(s) or terms and conditions necessary for this acquisition that are consistent with customary commercial practices. (xiv)There is not a Defense Priorities and Allocations Systems (DAPS) number assigned to this acquisition. (xv)There is not a Numbered Note associated with this procurement. (xvi)&(xvii)Submission of price quotes are to be forwarded to Anissa L. Burley, via email at Anissa.Burley@whs.mil by September 27, 2005 by 12:00pm Eastern Standard Time. The Points of Contact for this acquisition are: Ms. Anissa L. Burley, Contract Specialist at Anissa.Burley@whs.mil and Mrs. Donna R. Truesdel, Contracting Officer at Donna.Truesdel@whs.mil. ALL INQUIRIES SHOULD BE FORWARDED VIA email to Anissa.Burley@whs.mil. NO TELEPHONE INQUIRIES WILL BE ANSWERED REGARDING THIS SOLICITATION.
 
Record
SN00903621-W 20050926/050924211948 (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.