Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2008 FBO #2431
SOLICITATION NOTICE

65 -- 40ml Glass Vials - Indefinite Delivery/Indefinite Quantity

Notice Date
7/21/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Aberdeen Proving Ground, 4118 Susquehanna Blvd, Aberdeen Proving Ground, MD 21005
 
ZIP Code
21005
 
Solicitation Number
W23MWP81061007
 
Response Due
7/23/2008
 
Archive Date
1/19/2009
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W23MWP81061007 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-07-23 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Aberdeen Proving Ground, MD 21005 The USA ACA Aberdeen Proving Grounds requires the following items, Brand Name or Equal, to the following: LI 001, 40mL Amber Borosilicate Glass Vials (72/case), PN/CN: PC0040-0400. SELLERS SHALL SUBMIT PRICING FOR THE TOTAL ESTIMATED QUANTITY CONTAINED IN THE CONTRACT LINE ITEMS (CLINS)., 340, CS; LI 002, 40mL Clear Borosilicate Glass Vials (72/case). PN/CN: 0040-0300. SELLERS SHALL SUBMIT PRICING FOR THE TOTAL ESTIMATED QUANTITY CONTAINED IN THE CONTRACT LINE ITEMS (CLINS)., 20, CS; LI 003, 0.25mL of 1:1 Sulfuric Acid (H2SO4), PN/CN: SULF 0-4 ML. SELLERS SHALL SUBMIT PRICING FOR THE TOTAL ESTIMATED QUANTITY CONTAINED IN THE CONTRACT LINE ITEMS (CLINS)., 4320, EA; LI 004, 0.25mL of 1:1 Hydrochloric Acid (HCl), PN/CN: HCL 0-4 ML. SELLERS SHALL SUBMIT PRICING FOR THE TOTAL ESTIMATED QUANTITY CONTAINED IN THE CONTRACT LINE ITEMS (CLINS)., 4320, EA; LI 005, 2mg of 100% Sodum Sulfite (Na2SO3), SOST 0-15 MG. SELLERS SHALL SUBMIT PRICING FOR THE TOTAL ESTIMATED QUANTITY CONTAINED IN THE CONTRACT LINE ITEMS (CLINS)., 2880, EA; LI 006, 25mg of 100% Ascorbic Acid (C6H8O6), PN/CN: ASCB 16-50 MG. SELLERS SHALL SUBMIT PRICING FOR THE TOTAL ESTIMATED QUANTITY CONTAINED IN THE CONTRACT LINE ITEMS (CLINS)., 4320, EA; LI 007, 0.25ml of 50% Sodium Hydroxide (NaOH), PN/CN: NAOH 0-4 ML. SELLERS SHALL SUBMIT PRICING FOR THE TOTAL ESTIMATED QUANTITY CONTAINED IN THE CONTRACT LINE ITEMS (CLINS)., 1440, EA; LI 008, 3mg of Sodium Thiosulflate (Na2S203), PN/CN: SOTH 0-15 MG. SELLERS SHALL SUBMIT PRICING FOR THE TOTAL ESTIMATED QUANTITY CONTAINED IN THE CONTRACT LINE ITEMS (CLINS)., 8640, EA; LI 009, 1.2ml of 100% Monochloracetic Acid (C2H3C1O2) PN/CN: MONO 1-2 ML. SELLERS SHALL SUBMIT PRICING FOR THE TOTAL ESTIMATED QUANTITY CONTAINED IN THE CONTRACT LINE ITEMS (CLINS)., 1440, EA; LI 010, 125ml Amber Glass Boston Round (24/case), PN/CN: PC0125-0650. All vials to be open-top closure w/teflon-silicone septa. SELLERS SHALL SUBMIT PRICING FOR THE TOTAL ESTIMATED QUANTITY CONTAINED IN THE CONTRACT LINE ITEMS (CLINS)., 180, CS; LI 011, 1ml of 1:1 Nitric Acid (HNO3) PN/CN: HN03 0-4 ML. SELLERS SHALL SUBMIT PRICING FOR THE TOTAL ESTIMATED QUANTITY CONTAINED IN THE CONTRACT LINE ITEMS (CLINS)., 2880, EA; For this solicitation, USA ACA Aberdeen Proving Grounds intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Aberdeen Proving Grounds is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to ClientServices@FEDBID.COM so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. FOB Destination The Period of Performance shall be 1 year after receipt of order. Quantities specified in this requirement are for the estimated maximum quantity for the period of performance. Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Contract Line Items (CLINS). Such orders may be issued from date of award for a period of 1 year. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the CLINS. Requirements (Oct 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the CLINS. The quantities of supplies or services specified in the CLINS are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Governments requirements do not result in orders in the quantities described as estimated or maximum in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractors and Governments rights and obligations with respect to that order to the same extent as if the order were completed during the contracts effective period; provided, that the Contractor shall not be required to make any deliveries under this contract beyond the date specified in the Delivery Order or Task Order. At closing, the Buyer will evaluate and make selection based on the total estimated quantity submitted by each Seller. Award will be made to the Seller offering the overall best value to the government, price and other factors considered, in accordance with FedBid terms. The minimum order issued will be no less than a quantity of 10 cases per CLIN. The maximum order issued will be no more than 10% of the cases per CLIN.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=60ccb4b63c143ebb7e3362bd435ae0ac&tab=core&_cview=1)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005
Zip Code: 21005-3013
 
Record
SN01618992-W 20080723/080721222844-60ccb4b63c143ebb7e3362bd435ae0ac (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.