Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2008 FBO #2396
SOLICITATION NOTICE

66 -- Scintillation analyzers

Notice Date
6/16/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-8163-3030
 
Point of Contact
Vonda L DeBolt, Phone: (717) 770-6145
 
E-Mail Address
vonda.debolt@ddc.dla.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote, solicitation number SB3100-8162-3030. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-26, Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20080513 and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and Proc Ltr. 2008-21 through 26 and FARS Dev. 2007-01. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil This acquisition is unrestricted. The associated North American Industry Classification System (NAICS) Code is 334519 and the small business size standard is 500 employees. The Defense Distribution Depot Albany, GA (DDAG) and Defense Distribution Depot Barstow, CA (DDBC) each has a requirement for one (1) Benchtop Liquid Scintillation Analyzer for the analysis of radioactive samples. Multi sample system capable of processing samples with user defined sample parameters. System must be capable of counting three (3) separate energy regions, with background subtract and direct disintegration per minute (DPM) readout. The minimum requirements for the Liquid Scintillation counters are: Automatic system allowing for multiple sample analysis with auto sample changing, capable of holding at least 300 samples. User definable programs for selecting counting parameters. Three Regions of Interest over the spectral range. Cassette loading with bidirectional movement of conveyor Windows compatible microprocessor allowing for ease of data collection and storage Live spectral display and plotting Direct Disintegration Per Minute (DPM) reporting Color Monitor (minimum 14 in LCD) for ease of spectral review) Laser quality printer Training and support for operators Capable of being connected to Local Area Network (Ethernet Kit) The following FAR and DFARS clauses and provisions apply to this acquisition. The full text version may be viewed at http://farsite.hill.af.mil/ FAR 52.212-1Instructions to offerors-Commercial Items applies to this acquisition along with the followed addenda to this provision: To receive an award resulting from this solicitation, offerors MUST be registered in the DoD Central Contractor Registration (CCR) Database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov The following provision is hereby added as an addendum to FAR 52.212-1: FAR 52.212-2 Evaluation – Commercial Items The government intends to award a Firm-Fixed price contract resulting from this notice to the responsible offeror whose overall offer is the lowest priced technically acceptable. Contractors are required to provide descriptive literature/catalog information that clearly indicates the product they are offering meets the Government’s minimum requirements. Failure of descriptive literature to show that the product offered conforms to the requirements of the Request for Quotation may result in rejection of the offer. This information will be used to determine technical acceptability. FAR 52.212-3Offeror Representations and Certifications- Commercial Items. Offeror must submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with their proposal or indicate that the registration has been completed at the ORCA website http://www.orca.bpn.gov. Failure to include this information with the price proposal may render an offeror ineligible for award. FAR 52.212-4Contract Terms and Conditions-Commercial applies to this acquisition. The following clause is hereby added as an addendum to FAR 52.212-4: FAR 52.247-34 F.O.B. Destination FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items apply to this acquisition. The following additional FAR clauses are applicable to this requisition: FAR 52.219-28 Post-Award Small Business Program Re-representation FAR 52.222-3Convict Labor FAR 52.222-19Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21Prohibition of segregated facilities FAR 52.222-26Equal Opportunity FAR 52.222-36Affirmative Action for Workers with Disabilities FAR 52.222-50Combating Trafficking in Persons FAR 52.225-13Restriction on Certain Foreign FAR 52.232-33Payments by Electronic Funds Transfer-Central Contractor Registration FAR 52.232-36Payment by Third Party FAR 52.233-3Protest After Award FAR 52.233-4Applicable Law for Breach of Contract Claim DFARS 252.212-7000 Offeror Representations and Certifications—Commercial Items applies to this acquisition. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercials Items. The following additional clauses/provisions are applicable to this requisition: DFARS 252.232-7003 Electronic Submission of Payments Requests DFARS 252.247-7023 (ALT III) Transportation of Supplies by Sea Price quotations and certifications at FAR 52.212-3 must be submitted via one of the following methods by 3:00 PM EST, 26 June 2008. (1)email to: Vonda.debolt@dla.mil (2)facsimile to: Vonda DeBolt, 717-770-7591 In accordance with the above date and time, failure to submit all of the above requested information may result in the proposal being eliminated from consideration for award. The Point of Contact for further information regarding this synopsis/solicitation is Vonda DeBolt, Contract Specialist, phone: 717-770-6145.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fca42292ae5ba4f8049e7d95d2bf1fb4&tab=core&_cview=1)
 
Place of Performance
Address: Defense Distribtution Depot, Albany, GA and, DefenseDistribution Depot, Barstow, CA, United States
 
Record
SN01594424-W 20080618/080616220317-fca42292ae5ba4f8049e7d95d2bf1fb4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.