Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2007 FBO #2000
SOLICITATION NOTICE

66 -- Questioned Documents Viewer

Notice Date
5/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of the Treasury, Financial Management Service (FMS), Acquisition Management Division, 401 14th Street, S.W., Room 454D, Washington, DC, 20227, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FO070007
 
Response Due
5/30/2007
 
Archive Date
6/14/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Department of the Treasury, FMS, has a requirement for and Foster & Freeman Visual Spectral Comparator Model VSC 5000 (or equivalent). This make/model is being provided as an example of known equipment that meets our requirements, and has done so in the past. Other systems with substantially the same capabilities and/or features, and can perform the same tasks, may be proposed, and will be considered. This is NOT considered a brand-name specific requirement. This release 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. The solicitation is being issued as an RFQ. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. The requirement is set-aside (100%) for small businesses under NAICS code 339111. A small business under NAICS code 339111 is defined as having less than 500 employees. Product description follows: Product Description Qty VSC-5000 1 Place of Delivery: Department of the Treasury, FMS, Landover, MD. The following FAR Clause(s) apply to this acquisition, and are incorporated by reference: FAR 52.212-1, Instructions to Offerors?Commercial. FAR 52.212-3, Offeror Representations and Certifications?Commercial Items (offerors are required to submit a completed set, with their offer. FAR 52.212-4, Contract Terms and Conditions?Commercial Items, (no addenda apply) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders?Commercial Items ? (Nov 2006) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 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: 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-19, Child Labor ? Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, 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: (none apply) (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records?Negotiation. (not applicable) (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause? (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (July 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. App. 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. Questions may be directed to Matthew McKeever, Purchasing Agent, on (202) 874-6296. Prospective offerors are specifically requested NOT to submit electronic line cards, capabilities statements, or other marketing materials via email.
 
Place of Performance
Address: Landover, MD 20875
Zip Code: 20875
Country: UNITED STATES
 
Record
SN01297178-W 20070519/070517221630 (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.