Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
MODIFICATION

99 -- Seed X-ray machines and maintenance

Notice Date
9/7/2007
 
Notice Type
Modification
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor, Minneapolis, MN, 55403, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-6395-S-07-0069
 
Response Due
9/14/2007
 
Archive Date
10/15/2007
 
Small Business Set-Aside
Total Small Business
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO EXTEND THE DUE DATE FOR RESPONSES TO 2:30 PM CT ON SEPTEMBER 14, 2007. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.:**********************************************************************************************(i) This is a Combined Synopsis/Solicitation for a commercial item prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement and its attachment constitute the only solicitation. Proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price commercial supply contract for Seed X-ray machine(s). Simplified procurement procedures will be used per Federal Acquisition Regulation (FAR) Part 13. (ii) This combined synopsis/solicitation request for proposal (RFP), is issued as a 100% small business set-aside. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-17. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text (iv) The NAICS code is 561621and size standard is $11.5 Million. (v) This combined synopsis/solicitation contains firm fixed price, indefinite delivery indefinite quantity contract line item numbers (CLINS), and reimbursable line items. The schedule of items is attached along with clauses, statement of work and provisions. The Government may award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is advantageous to the Government, price and other factors considered. Offeror to provide pricing on the Schedule of Items attached where items proposed shall comply with section (vi) of this combined synopsis. (vi) The minimum requirements/specifications for the seed x-ray machine unit(s) are as follows: Specimen Radiography system with 2? by 4? digital image area: Tube voltage adjustable from 10-35 KV: Resolution of 10 LPM: Focal Spot: 20 microns: Magnification capabilities from 1.5-5 X: Develop rapid image in no more than 10 seconds: OSHA Certified low level radiation seed examination x-ray machine which does not require an OSHA license nor radiological test to operate the machine: Compliant with 21 CFR 1020.40: Digital Camera system with cables and PCI card: Specimen radiography controller with zoom capability: Dimensions: 15? W, 16? D, 25? H: Digital component that creates files to save on computer: LCD Monitor: Mouse pad with wrist rest: Software, allowing for storage, exporting and printing of images: Specimen system/Installation: 120 V: Standards: Compliance with all applicable requirements standards including but not limited to: EPA and OSHA: Repair technician trained and certified by the manufacturer able to perform repairs within 10 working days. Each quote at a minimum must meet the technical specifications listed in section (vi) in order to be technically acceptable. (vii). Deliverables and acceptance of deliverables will be FOB destination; initial destinations are listed in the statement of work addendum. The estimated completion date for this requirement is September 30, 2012. The not to exceed limit for this contract base period is 3 seed x-ray units complete with delivery, installation, preventive maintenance and training. (viii) The FAR provisions and clauses are attached and those incorporated by reference can be found in full text at http://farsite.hill.af.mil/vffara.htm (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. (xv) No Numbered Notes are applicable to this requirement. (xvi) Offers are due September 10, 2007 by 2:30 p.m. CST. All offers must be signed. Offers may be faxed to (612) 370-2106, Attn: Larry Nelson with signed original forwarded by mail to: USDA, APHIS, MRP-BS, ASD, Contracting Butler Square, 5th Floor, 100 N. Sixth Street, Attn: Larry Nelson, Minneapolis, MN 55403. Emailed offers shall be signed, scanned and e-mailed to larry.d.nelson@usda.gov. A complete offer will consist of: (1) Completed Schedule of Items listed in the attachment and signature on the page that lists the price (2) completion of required documents as listed in this combined synopsis/ solicitation and attachment (3) Narrative addressing how the proposed seed x-ray machine meets the minimum requirements/specifications stated in section (vi) of this combined synopsis (4) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (xvii) Any of the FAR provisions or clauses can be provided via e-mail if your request is sent to: larry.d.nelson@usda.gov. Potential offerors must review and comply with the attached addenda applicable to this requirement in order to be considered for award.
 
Record
SN01398415-W 20070909/070907220558 (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.