Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2007 FBO #1951
SOLICITATION NOTICE

66 -- Spectrometer

Notice Date
3/29/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Division of Contracting and General Services U.S. Fish & Wildlife Service 911 NE 11th Avenue Portland OR 97232
 
ZIP Code
97232
 
Solicitation Number
901817Q005
 
Response Due
4/5/2007
 
Archive Date
3/28/2008
 
Small Business Set-Aside
N/A
 
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 the only solicitation; proposals are being requested and a written solicitation will not be issued. Request for Quotes (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. NAICS 423490, PSC 6640 52.212-02 EVALUATION - COMMERCIAL ITEMS JANUARY 1999 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: best value, using price and past performance and experience Contracting Officer shall insert the significant evaluation factors, such as (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance Technical and past performance, when combined, are equal when compared to price. * * * * * * 52.212 4 CONTRACT TERMS AND CONDITIONS (SEPT 2005) COMMERCIAL ITEMS (incorporated by reference) Addendum to 52.212-4(a), Contract Terms and Conditions Commercial Items, regarding Inspection/Acceptance procedures: (Contract Specialist to fill in any additional inspection/acceptance procedures.) D1452.212--5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN 1996) (DEVIATION) JANUARY 1996 (a) The Contractor agrees to comply with the following FAR clauses which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict labor (E.O. 11755); and (2) 52.233-3, Protest After Award (31 U.S.C. 3533 and 40 U.S.C. 759). (b) When the cited circumstances are present, the Contractor agrees to comply with the FAR or FIRMR clauses in this paragraph (b), which are then incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1)52.222-26, Equal Opportunity (E.O. 11246)[Applies over $10,000, or when the aggregate value of all prime contracts or subcontracts awarded the Contractor in any 12-month period exceeds, or can reasonably be expected to exceed $10,000.] (2)52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212) [Applies over $10,000] (3) 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793)[Applies over $2,500] (4) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) [Applies over $10,000] (5) 52.225-3, Buy American Act-Supplies (41 U.S.C. 10) [Applies to supplies of $25,000 or less Applies to supplies over $25,000 if small business set-aside] (6) 52.225-21, Buy American - North American Free Trade Agreement Implementation Act-Balance of Payments Program (41 U.S.C. 2501- 2582) [Applies to supplies over $25,000 if not small business set-aside.] (c) Removed (d) Removed (e) Notwithstanding the requirements of the clauses in paragraphs (a) or (b) of this clause, the Contractor is not required to include any FAR clause, other than those listed below, in a subcontract for commercial items or commercial components: (1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 2012(a); and (3) 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C.793) (End of clause) full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): -http://acqnet.gov/far -http://www.doi.gov/pam [Insert one or more Internet addresses] Clause Title Date 52.212-01 Instructions to Offerors--Commercial Items September 2006 52.212-03 Offeror Representations and Certifications - Commercial Items November 2006 D1452.237-70 Information Collection -- Department of the Interior July 1996 Scope of Work 1.GENERAL: The US Fish and Wildlife Service, National Forensic Lab has a requirement for an Ion Mass Spectometer. 2. FEATURES: The ION Spectrometer is critical to the mission of the Laboratory by identifying the species of blood and tissues collected as evidence in wildlife law enforcement investigations. Needed components are the following: (substitutions for equal components will have to be emailed to lorrie_gleghorn@fws.gov for comparability review) Demo 7T FTMS Magnet, Demo OMEGA2xP DATA STATION, OMEGA Multiple User License, Demo ESI Vacuum Cart, Scroll Pump upgrade, Demo QFT TRIPLE QUAD Assembly (ESI), Demo IRMPD Module, QFT/FTMS Starter Kit, Advanced Training for FTMS USERS, Introduction to FTMS Systems, User Controllable Bakeout Heater, Demo MALDI vacuum cart, scroll pump upgrade, Demo proMALDI assembly. FTMS Remote Assistant (1 Year) & Extended Warranty, 1 Year Please provide price breakout and technical traits for each item, and, a minimum of three past performance contacts for this type of product. 3. FOB Destination to U.S. Fish & Wildlife Service, Forensic Lab, 1490 East Main Street, Ashland, OR 97520 4. DESIRED DELIVERY DATE: Delivery will occur within 6 months after receipt of award (ARO). 5. TECHNICAL COORDINATOR: Mark Kirms, Team Leader, Nat'l Forensic Lab 541-482-4191. Questions and Concerns are to be directed to the Contracting Officer: lorrie_gleghorn@fws.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144851&objId=333498)
 
Place of Performance
Address: U.S. Fish and Wildlife, National Forensic Lab, 1490 East Main Street, Ashland, OR 97520
Zip Code: 97520
Country: US
 
Record
SN01262295-W 20070331/070329222639 (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.