Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2007 FBO #2055
SOLICITATION NOTICE

66 -- Ultracentrifuge & Rotors

Notice Date
7/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DB-114059
 
Response Due
7/20/2007
 
Archive Date
8/4/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The USDA, Animal and Plant Health Inspections Service (APHIS), Plant and Protection Quarantine (PPQ), Plant Safeguarding and Pest Identification (PSPI), Plant Germplasm Quarantine Program ( PGQP), Beltsville, MD, One (1) Rebuilt Beckman L8 80M Ultracentrifuge or comparable model of ultracentrifuge. Provide one Beckman 50.2ti fixed angle ultracentrifuge rotor or comparable compatible model of fixed angle rotor and one Beckman SW28 swinging bucket ultracentrifuge rotor or comparable compatible model of swinging bucket rotor. Equipment must have been built/rebuilt by factory trained engineers and come with a warranty as well as a service maintenance agreement that can be renewed yearly, on October 1. Brand Name or Equal. NAICS 339111 Code . This is a firm fixed price contract. 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; 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 current Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference: Prompt Payment 52.249-1; Changes--Fixed price 52.243-1; Small Disadvantaged Business Concert 52.219-1; Notice of price Evaluations preference for HUB Zone Small Business Concern 52.219-4; Instruction to Offerers - Commercial Items 52.212-1; Evaluation-Commercial items 52.212-2; Offerer Representations and Certifications 52.212-3; Contract Terms and Conditions-Commercial Items 52.212-4; Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.212-5; Brand Name or Equal 52.211-6; 52.204-7 Payment by Electronic Funds Transfer-Central Contractor Registration. AGAR clause 452.211-70 Brand Name or Equal. BRAND NAME OR EQUAL (NOV 1996) (As used in this provision, the term "brand name" includes identification of products by make and model.) (a) If items called for by this solicitation have been identified by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Offers of "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the offer (see clause 452.211-71) and are determined by the Contracting Officer to meet fully the salient characteristics requirements listed in the solicitation. (b) Unless the offeror clearly indicates in its offer that it is offering an "equal" product, the offeror shall be considered as offering the brand name product(s) referenced in the solicitation. (c)(1) If the offeror proposes to furnish an "equal" product or products, the brand name(s), if any, and any other required information about the product(s) to be furnished shall be inserted in the space provided in the solicitation. The evaluation of offers and the determination as to the equality of the product(s) offered shall be the responsibility of the Government and will be based on information furnished by the offeror or identified in its offer as well as other information reasonably available to the contracting activity. Caution to offerors: The contracting activity is not responsible for locating or securing any information which is not identified in the offer and is not reasonably available to the contracting activity. Accordingly, to assure that sufficient information is available, the offeror must furnish as a part of its offer all descriptive material (such as cuts, illustrations, drawings, or other infor-mation) necessary for the contracting activity to (i) determine whether theproduct offered meets the salient characteristics requirement of the solicitation, and (ii) establish exactly what the offeror proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific reference to information previously furnished or to information otherwise available to the contracting activity. (2) If an offeror proposes to modify a product so as to make it conform to the requirements of the solicitation, the offer shall include (i) a clear description of such proposed modifications and (ii) clearly marked descriptive material to show the proposed modifications. AGAR 452.211-71 Equal Products Offered. As prescribed in 411.171, insert the following or substantially the same clause in solicitations seeking offers on a "brand name or equal" basis to allow offerors the opportunity to clearly identify the "equal" item being offered, and to illustrate how that item meets the salient characteristics requirements of the Government. EQUAL PRODUCTS OFFERED (NOV 1996) (a) Offerors proposing to furnish an "equal" product, in accordance with the "Brand Name or Equal" provision of this solicitation, shall provide the following information for each offered "equal" product: Contract Line Item Number (if any): _____________________________ Brand Name or Equal Product identified by the Government in this solicitation:________________________________________________ Offered Product Name:_______________________________________ Catalog Description or part number:___________________________________________________ Manufacturer's Name:________________________________________ Manufacturer's Address:___________________________________________________________________ (b) Offerors are responsible for submitting all additional information on the above product necessary for the Contracting Officer to determine whether the product offered meets the "brand name or equal" product's salient characteristics listed in the solicitation. All contractors must be registered with the Central Contractor Registration (CCR). ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION FOR CONSIDERATION. Award will be made to the lowest technically acceptable priced responsive responsible offerer. Proposals are due by Friday July 20, 2007, 11:00 AM CDST. Proposals may be faxed to 612-370-2136 with signed original forwarded by mail to: USDA APHIS Contracting, Butler Square West, 5th Floor, Minneapolis, MN 55403. Referenced FAR clauses can be accessed for review on the Internet at the following web site: http://www.arnet.gov/far. The following evaluation process is used in accordance with 52.212-2: Low Price Technical Acceptable All offers must be signed. Offers should include tax payer identification number and DUNS number and business size. Central Contractor Registration (CCR) is mandatory. Instructions available at the following website: www.ccr.gov
 
Place of Performance
Address: BLDG. 580, BARC-E POWDER MILL ROAD, BELTSVILLE, MD
Zip Code: 20705
Country: UNITED STATES
 
Record
SN01339036-W 20070713/070711220450 (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.