Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2008 FBO #2404
SOLICITATION NOTICE

J -- Calabration of Spectrophotometers

Notice Date
6/24/2008
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Veterinary Services, 1800 Dayton Avenue, AMES, Iowa, 50010
 
ZIP Code
50010
 
Solicitation Number
FBO-QA43681
 
Archive Date
7/29/2008
 
Point of Contact
Sarah E Schauf,, Phone: 5156637839
 
E-Mail Address
sarah.c.schauf@aphis.usda.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial supplies prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. The NAICS code is 811219. This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), National Veterinary Services Laboratories. The reference number for this effort is FBO-QA43691. The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.arnet.gov/far/ Requirement and Quantities: Service and Calibration of 16 Spectrophotometers at the National Veterinary Service Laboratory (NVSL) site located an 1800 and 2300 Dayton Ave in Ames Iowa. Vendor must provide onsite servicing and calibrations, some calibrations will be in Bio-Secure areas.-Vendor must service each unit, validate operations, and calibrate (as appropriate to the unit) the following parameters: Vendor must service each unit as appropriate, to include -Internal and external cleaning -Safety Inspection -Optimizing Performance as appropriate -Operations check -Documentation of actions taken -Document options for repair actions as found if necessary NameManufacturerModelSerial Number or Other Unique IdentificationLocation SpectrophotometerThermo Electron CorpSpec 20D+3DUJ026015Lepto SpectrophotometerThermo Electron CorpSpec 20+3MUF238012Lepto SpectrophotometerThermo Electron CorpSpec 20+3MUD208007Lepto SpectrophotometerThermo Electron CorpSpec 20+3MU8248020Lepto SpectrophotometerThermo Electron CorpSpec 20+3MUA265020MB SpectrophotometerBarnstead/Turner (Unico) SP-830 1102040373888Serology SpectrophotometerBioRadSmartSpec 3000 269BR04990MB SpectrophotometerBeckman Coulter DU530 0411U3004428MB SpectrophotometerBeckman Coulter DU531 0406U3004277MB SpectrophotometerThermo Electron CorpSpec 20D+3DUH3237005BI SpectrophotometerCole Palmer 1200 W0312021BI SpectrophotometerLKB Biochrom Ultospec II3817 C-4 SpectrophotometerUNICO 1100 DVL SpectrophotometerThermo Electron CorpSpec 21 DVL SpectrophotometerEppendorf Photometer DVL SpectrophotometerBausch & Lomb Spectronic 71308007 PL 400-w6 The provision at 52.212-1 Instruction to Offerors – Commercial applies to this solicitation. The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price, and other factors considered. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. The following factors shall be used to evaluate offers: Price and past performance. Past performance is a measure of the degree to which an offeror has satisfied customers in the past, and complied with federal, state, and local laws and regulations. The assessment will consider the firm’s record of conforming to specifications and to standards of good workmanship/customer service, and adherence to contract schedules, terms and conditions. In accordance with FAR 52.212-1 (b) (10) regarding past performance, references are requested. Each offeror must submit three (3) references which are either current or recent customers. Please provide the name, address, phone number, fax and email for each reference. The provision 52.212-3 Offeror Representations and Certifications – Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The online Reps and Certs application representations and certifications application (ORCA) can be found at http://www.bnp.gov or a hard copy of the provision may be attained from http://www.arnet.gov/far. The clause 52.212-4 contract terms and terms and conditions Commercial items applied to this acquisition. The clause at 52.212-5 contract terms and conditions required to implement statutes or executive orders commercial items, applied to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.211-6 Brand Name or Equal; 52.203-6 Restrictions on subcontractor sales to the Government; 52.219-6 Notice of total small business set-aside; 52.219-8 Utilization of small business concerns: 52-219-14 limitations on subcontracting; 52.222-3 convict labor; 52.222-19 child labor – cooperation with authorities and remedies; 52.222-26 equal opportunity; 52.222-21 prohibition of segregated facilities; 52.222-22 previous contracts and compliance reports; 52.222-35 equal opportunity for special disabled veterans of the Vietnam Era, and other eligible veterans; 52.222-25 affirmative action compliance; 52.222-36 affirmative action for workers with disabilities; 52.222-35 employment reports on special disabled veterans, veterans of the Vietnam era, and other Eligible veterans; 52.225-1 Buy American Act; 52.225-2 Buy American certificate; 52.225-13, restrictions on certain foreign purchases; 52.232-33 payment by electronic funds transfer central contractor registration (CCR). To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. Quotations are due to the United States Department of Agriculture, National Veterinary Services Laboratories, and 1800 Dayton Ave, Ames, IA 50010 by 10:00 AM CST July 14, 2008. Faxed quotes are acceptable. Contact is Sarah Schauf. Ms. Schauf may be reached at sarah.c.schauf@aphis.usda.gov, (515)663-7574 or by fax at (515)663-7247. Complete quote will consist of the following: 1. Price. 2. Signature of the offeror on the page that lists the price. 3. References as requested above in 52.212-2. 4. Completed copy of the provisions at FAR 52.212-3 offeror representations and certifications – commercial items or confirmation that this has been completed on line. If an offerors quote does not contain all of the items listed above, the quote may considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby make an offeror ineligible for award.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a9e0cb43e61a3a29975e0a86846eddb5&tab=core&_cview=1)
 
Place of Performance
Address: 1800 Dayton Ave, 2300 Dayton Ave, ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN01600081-W 20080626/080624220510-a9e0cb43e61a3a29975e0a86846eddb5 (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.