Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2006 FBO #1636
SOLICITATION NOTICE

58 -- Gamma Survey Meters with Associated Aplha and Beta Probes

Notice Date
5/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Engineering Contracts Unit - PPMS, FBI Engineering Research Facility, FBI Academy Hogan's Alley, Building 15, Quantico, VA, 22135
 
ZIP Code
22135
 
Solicitation Number
Reference-Number-06-Q-0167528
 
Response Due
6/1/2006
 
Archive Date
6/16/2006
 
Description
This is a combined synopsis/solicitation for commercial items of a BRAND NAME OR EQUAL item prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only notice; a paper solicitation will not be issued. Request for Quotation (RFQ) number 06-Q-0167528 shall be referenced on any technical quote and price quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09, Effective 19 April 2006. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The Federal Bureau of Investigations (FBI) has a requirement for the following Canberra Instruments items: (1) MCB2/CPM: Alpha/Beta/Gamma Meter, Mfg PN: EM77022 Qty: 10 each; (2)Radiagem-4000: Gamma Survey Meter, Mfg: PN: EM76688 Qty: 10 each; (3)SD-20: Beta External 20 CM2 Probe, Mfg PN: EM74672, Qty: 10 each; (4)SA-100: Alpha External 100 CM2 Probe, Mfg PN: EM75863, 10 each. Delivery shall be made FOB Destination to the FBI Laboratory, 2501 Investigation Parkway, Quantico, VA 22135 no later than 30 days after receipt of order. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government?s rights under the Inspection Clause, nor does it limit the Government?s rights with regard to the other terms and conditions of the contract. In the event of a conflict the terms and conditions of the Government?s contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of all items provided to the government by the contractor. The North American Industrial Classification System (NAICS) number is 334516 and the business size standard is 500 employees. The Government will award a firm fixed price purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose technically acceptable offer conforming to this combined synopsis/solicitation. The following factors which are of equal importance and shall be used to evaluate quotes: (1) technical acceptability and (2) price. This evaluation shall be based on information provided by the contractor. Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price, which meets the Name Brand or Equal Specifications provided above. The Government is not responsible for locating or securing any information, which is not identified in the Capabilities Statement or quotation, but may do so at its discretion. Capabilities Statements that do not include prices for all items will not be considered. Please carefully review the commercial item FAR clauses for information about requirements and instructions for submitting a quotation. The following provisions and clauses apply to this procurement: Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offeror- Commercial Items (JAN 2006); FAR provision 52.212-2, Evaluation-Commercial Items (JAN 1999) - Award shall be made to the responsible offeror whose offer is considered to be most advantageous to the Government, considering technical acceptability and price. The Government reserves the right to award without discussions; therefore, it is critical that each quote be fully responsive. However, the FBI also reserves the right to conduct discussions, if later determined to be necessary. FAR provision 52.212-3, Offeror Representations and Certification-Commercial Items (MAR 2005) - Please note: All offerors and prospective contractors must be registered on the ONLINE Representative and Certification Application (ORCA) website at http://orca.bpn.gov or must provide a completed copy of 52.212-3 along with their quote. FAR Clause 52-212-4, Contract Terms and Conditions- Commercial Items (SEP 2005); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2006) - in paragraph (b) the following clauses apply; 52.203-6 Alternate I, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-43, 52.222-44, 52.232-33, 52.232-36, 52.239-1. Additional Clause(s) that apply to this RFQ are 52.211-6 Brand Name or Equal (AUG 1999). Clauses incorporated by reference may be accessed in full text at www.arnet.gov. The lessor/contractor will agree to insert terms that conform substantially to the language of this clause in all contracts/subcontracts. All quotes from responsible sources will be considered. Quotes shall be accepted by email only. Quotes shall be emailed to lmtheisen@fbiacademy.edu on or before 9:00 AM EST, June 1, 2006. No other methods of submission will be accepted. This contract will be awarded as a commercial item in accordance with Federal Acquisition Regulation, Parts 12 and 13. All contractors anticipating award, must be registered in the Central Contractor Registration Database.
 
Place of Performance
Address: Quantico, VA
Zip Code: 22135
 
Record
SN01052841-W 20060520/060519133915 (fbodaily.com)
 
Source
FedBizOpps 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.