Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2009 FBO #2812
SOLICITATION NOTICE

66 -- Electrical Height Adjustable Workstations - Statement of Work

Notice Date
8/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423990 — Other Miscellaneous Durable Goods Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Food Safety and Inspection Service, Procurement Management Branch, 5601 Sunnyside Avenue, Mail drop 5230, Beltsville, Maryland, 20705
 
ZIP Code
20705
 
Solicitation Number
FSIS-11-B-09
 
Archive Date
8/28/2009
 
Point of Contact
Kathy A Richardson, Phone: 301-504-4215
 
E-Mail Address
Kathy.Richardson@fsis.usda.gov
(Kathy.Richardson@fsis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work USDA, Food Safety and Inspection Service (FSIS) has a requirement to purchase three (3) Electrical Height Adjustable Workstations which are 48 inches in length and 30 inches in width and one (1) Electrical Height Adjustable Workstation which is 60 inches in length and 30 inches in width. The workstations shall meet the requirements stated in the attached Statement of Work. This notice 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, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34. This solicitation is 100% set-aside for small business concerns. The NAICS Code and the small business size standard for this procurement are 423990/100 employees respectively. The offeror shall state in their offer their size status for this procurement. The contractor must bid on all items. Contractors are to include the cost of any shipping charges in their quote. All responsible sources may submit an offer which shall be considered by the agency. Location of where equipment is to be delivered to is Alameda, CA. Delivery is required within 30 to 45 days after contract award. Offers for the items(s) described above are due by August 13, 2009, no later than 2:00 PM Eastern Standard Time, to USDA, FSIS, Administrative Services Division, ATTN: Kathy Richardson, 5601 Sunnyside Avenue, Maildrop 5230, Room 2-L182B, Beltsville, MD 20705-5230 and must include, solicitation number, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), cage code, DUNS Number, identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (MARCH 2009), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2009), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.219-6, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.225-1, FAR 52.225-13, and FAR 52.232-33. The FAR may be obtained via the Internet at http://www.acqnet.gov/far/loadmainre.html. All contractual and technical questions must be in writing (e-mail or fax) to Kathy Richardson not later than August 6, 2009. E-mail address is Kathy.Richardson@fsis.usda.gov. Fax number is 301-504-4276. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. If offerors are not registered via the ORCA website at http://orca.bpn.gov, offerors shall complete and return a copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (JULY 2009) with their offer. These representations and certifications will be incorporated by reference in any resultant contract. It is the offeror's responsibility to monitor the internet site for the release of solicitation amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FSIS/AAS/FSIS-11-B-09/listing.html)
 
Place of Performance
Address: Alameda, California, 94501, United States
Zip Code: 94501
 
Record
SN01899271-W 20090806/090805001012-34e9d308bad7145fad87b5afe3d3a9c8 (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.