Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2008 FBO #2440
SOLICITATION NOTICE

66 -- Forensic equipment for Iraqi laboratories

Notice Date
7/30/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army Sustainment Command, US Army Sustainment Command, ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J08Q0019
 
Response Due
8/7/2008
 
Archive Date
10/6/2008
 
Point of Contact
Melissa.burant, 309.782.3748
 
Small Business Set-Aside
N/A
 
Description
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 is issued using Simplified Acquisition Procedures pursuant to FAR Part 13.5, Test Program for Certain Commercial Items. The successful offeror must be registered in the Central Contractor Registration (CCR) database and the Online Representations and Certifications (ORCA) Application program. The solicitation number is W52P1J-08-Q-0019 and is issued as a Request for Quote (RFQ). This RFQ is a full and open procurement. All responsible offerors may submit a quotation on one or all contract line items (CLINs) listed in Attachment 0001. The Government reserves the right to make single or multiple awards if it is determined to be in the best interest of the government to do so as a result of this combined synopsis/solicitation. The resultant purchase order (s) shall be firm fixed priced. The government reserves the right to not make an award of any or all CLINs as a result of this RFQ. The solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-06, dated 12 June 2008. The applicable NAICS code is 541380, Forensic (except medical) laboratories and services. Acceptance is Destination. FOB point is Destination for all requirements herein. The contractor shall have and maintain a quality system that ensures the functional and physical conformity of all products furnished under a resulting purchase order. The contractor will provide the company's standard commercial warranty coverage for all products furnished under a resulting purchase order. The Government reserves the right to require a subsequent or limited inspection report if changes are made to the contractor's technical data or the contractor makes a significant change in production processes and/or types of materials. All contract line items to be procured under the resultant purchase orders will be brand name or equal with the exception of four CLINs being brand name specific. CLIN 0004 is sole source to ARTEL. Twenty-six (26) CLINs will be awarded as a result of this action. For a description of the requirement and CLIN breakout, Attachment 0001, please contact Ms. Melissa Burant via email Melissa.burant@us.army.mil, phone: 309.782.3748. Responsive offerors shall provide unit pricing for all items listed under each Contract Line Item (CLIN), but may choose not to price all CLINs. All prices will be firm fixed priced. Required delivery of all items is 1 September 2008. See Attachment 0002, Section D, Packaging, Marking and Shipping instructions. This attachment will be sent out upon vendor request to the email above. Early deliveries are acceptable at no additional cost to the Government and only with the express permission of the Contracting Officer. All items shall be delivered to the address below, with all packages marked ATTN: Marsha Havemann: POC: Ms. Marsha Havemann Phone: 703-544-1692 Email: AQW_QA@PCO-IRAQ.NET Delivery Address for ABU GHRAIB WAREHOUSE: USPS: ABU GHRAIB WAREHOUSE ATTN: Marsha Havemann 68 ABU GHRAIB EXPRESSWAYS APO AE 09348 IN COUNTRY FREIGHT ADDRESS: ABU GHRAIB WAREHOUSE ATTN: Marsha Havemann 68 ABU GHRAIB EXPRESSWAYS BAGHDAD, IRAQ The following FAR provisions apply to this procurement: FAR Clause 52.211-6, Brand Name or Equal (Aug 1999) FAR Clause 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition. FAR Clause n 52.212-2, Evaluation- Commercial Items applies to the acquisition. The evaluation factor will be Price. The offeror with the lowest total evaluated price for each CLIN will receive the award. Multiple awards may be made if determined to be in the best interest of the government. Offeror must include a completed copy of the provision at FAR 52.212-3 with its Alternate I, Offeror Representations and Certifications Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. Within this clause, the following additional FAR clauses as cited are applicable to this acquisition: FAR Clause 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alternate I (Oct 1995). FAR Clause 52.222-3, Convict Labor (Jun 2003). FAR Clause 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2006) FAR Clause 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR Clause 52.222-26, Equal Opportunity (Mar 2007) FAR Clause 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) FAR Clause 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) FAR Clause 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) FAR Clause 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) FAR Clause 52.222-50, Combating Trafficking in Persons (Aug 2007) FAR Clause 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003) EVALUATION: The Government will issue a Purchase Order or multiple Purchase Orders with firm fixed prices to the responsible offeror(s) who offers the lowest total evaluated cumulative price for each individual CLIN, in accordance with the terms and conditions as outlined herein. Total evaluated cumulative price for each CLIN is determined by summing the extended price (unit price x quantity) for each CLIN described in Attachment 0001. Multiple awards may be made if it is determined to be in the best interest of the government. Offeror price quotations will remain valid for sixty (60) days. Army Sustainment Command (Rock Island) uses the WAWF-RA Program. The successful offeror must have the ability to comply with DFARS Clause 252.246-7000, Material Inspection and Receiving Report and DFARS 252.232-7003, Electronic Submission of Payment Requests. Offeror must be capable of accepting electronic fund payment for this procurement. Offeror must submit a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The applicable Defense Priorities and Allocations System (DPAS) rating is DOA6. Quotations are due no later than 1:00pm Central Time, 7 August 2008. Quotations should be submitted ONLY by email to Ms. Melissa Burant at Melissa.burant@us.army.mil. Clearly identify the Solicitation Number and company point of contact (email and phone number) on your submittal. Government POC is Ms. Melissa Burant, AMSAS-ACF-S, 309-782-3748.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a7767778f96222428d3343675594ebdf&tab=core&_cview=1)
 
Place of Performance
Address: US Army Sustainment Command ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN01627270-W 20080801/080730223359-85c670730ac40173260a6771bf7c8694 (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.