Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2009 FBO #2718
SOLICITATION NOTICE

66 -- Air Sampling Systems

Notice Date
5/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
 
ZIP Code
21702-9203
 
Solicitation Number
N6861090789518
 
Archive Date
5/26/2009
 
Point of Contact
Jan T Harding, Phone: 3016190177, Sandy A Musgrove,, Phone: 301-619-0655
 
E-Mail Address
jan.harding@med.navy.mil, sandy.musgrove@med.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The Request for Quote number is N6861090789518. Quotes are due not later than 4:00 P.M. EST on May 11, 2009. Provisions and clauses in effect through Federal Acquisition Circular 2005-25 are incorporated. This acquisition is set-aside for small business under NAICS 334516. Small Business size standard is 500 employees. The Naval Medical Logistics Command (NMLC) intends to negotiate on a Brand Name Only basis, to procure an Air Sampling System and a DCS Sampling System, manufactured by SKC Inc., 863 Valley View Road, Eighty Four, PA. Brand name only is specified because would incur a substantial duplication of cost, to consider other than the SKC Inc., Air Sampling System and a DCS Sampling System, that is not expected to be recovered through competition. Any vendors who can provide the brand name only equipment are encouraged to submit a quote. The Government contemplates award of a firm fixed price contract. This acquisition is being conducted under the FAR 13.5 test procedures for commercial items. Any vendors who can provide the brand name only equipment are encouraged to submit a quote. The Government contemplates award of a firm fixed price contract. This acquisition is being conducted under the FAR 13.5 test procedures for commercial items. Regulatory Requirements: The Air Sampling System and a DCS Sampling System and all of its components, shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States EVALUATION FACTORS FOR AWARD: The lowest price technically acceptable offeror for this brand name only requirement will represent best value to the Government. The government anticipates award of a Firm Fixed Price Contract. BUSINESS QUOTE INSTRUCTIONS: Offerors shall price each CLIN and shall submit firm-fixed pricing for all CLINS, otherwise your quote will be determined to be substantially incomplete and not warrant any further consideration. If no separate price for a CLIN this must be stated. Brand name only. No substitutions will be allowed. Shipping shall be FOB Destination. Business quotes will be evaluated for Completeness (all CLINS are priced) and Reasonableness (the degree to which the proposed prices compare to prices that are reasonable, prudent person would expect to incur for the same or similar equipment and commensurate with the Governments need). The government anticipates award of a Firm Fixed Price contract. Include commercial price lists and if applicable, any FSS schedule numbers and pricing, and any applicable discounts to the Government. Each Unit (System) to include all of the following items: (1)P/N: 100-3960 Description: DCS Sampling System QTY: 4 (2) Description: Operators Manual Qty: 2 (3) Description: Service Manual Qty: 2 (4)P/N: 100-3900 Description: Sampling System DPS-10 w flowmeter (5) Description: Operators Manual Qty: 2 (6) Description: Service Manual Qty: 2 In order to be determined responsible, companies shall be registered in CCR, provide DUNS number, Cage Code, and TIN. Companies shall also comply with DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004). PROVISIONS at FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED. Offeror shall include a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their proposal. Offeror shall include a completed copy of provision at DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items. Addenda to this provision includes DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate; and 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. FAR 52.212-4, Contract Terms and Conditions---Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. In compliance with said clause, the following FAR clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, applies to this acquisition. In compliance with said clause, following additional DFARS clauses apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.219-7005, Incentive for Subcontracting with Small Business, Small disadvantaged Businesses, Historically Black Colleges and Universities and Minority Institutions, Alternate I; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7007, Trade Agreements; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, North American Free Trade Agreement Implementation Act; 252.247-7024, Notification of Transportation of Supplies by Sea. FAR clauses 52.202-1, Definitions; 52.211-6 Proposals shall be submitted by email only to Jan Harding at: Jan.Harding@med.navy.mil. Proposals are due by 4:00 p.m. EST on 11 May 2009. All questions shall be addressed to Jan Harding by email only, NLT 4:00 P.M. EST on 7 May 2009. No phone calls will be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6d23eef209eb1189bc945123ffc084c8&tab=core&_cview=1)
 
Place of Performance
Address: 693 Neiman St, Fort Detrick, Maryland, 21702, United States
Zip Code: 21702
 
Record
SN01808201-W 20090506/090504220345-6d23eef209eb1189bc945123ffc084c8 (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.