Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2010 FBO #3010
SPECIAL NOTICE

N -- Scientific Equipment Installation/Maintenance - Attachment 1: Price Schedule

Notice Date
2/18/2010
 
Notice Type
Special Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403, United States
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-10-0054
 
Archive Date
3/17/2010
 
Point of Contact
Gloria J Benson, Phone: 612-336-3220
 
E-Mail Address
Gloria.J.Benson@usda.gov
(Gloria.J.Benson@usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2: Statement of Work Pricing Schedule to be completed and returned with quote. If other breakdown is submitted, attach this form to any submitted quote. (i) 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. FAR Part 13.5 authorizes the use of Simplified Acquisition procedures for this acquisition, including options. 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 service contract. (ii) The reference number is 355845-GB and the solicitation is issued as a Request for Quote (RFQ). (iii) 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) and Agriculture Federal Acquisition supplements (AGARs) can be accessed on the internet at https://www.arnet.gov/far and https://www.usda.gov/procurement/policy/agar/html (iv) It is anticipated that a single award will be made but multiple awards will be considered. This is a100% Small Business Set-Aside. The associated NAICS code for this effort is 541990 and small business size standard is $5 million. This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Plant Protection and Quarantine (PPQ). (v) REQUIREMENTS: This requirement consist of 1 (ONE) line item. Line Item 001 - Install/configuration of new Nikon microscopes and microscope digital cameras. Equipment upgrades for on-site microscopes, maintenance (to include inspection, cleaning and adjustment/alignment of dissecting and compound microscopes) of onsite scientific configurations at 9 (nine) PPQ sites CONUS (within the Continental United States) and OCONUS (Outside the Continental United States. Relocate equipment from 2 sites in the Long Beach CA area to a new PPQ office in Long Beach, CA, relocate equipment in the Miami FL area. A list of sites are provided within the Statement of Work attached as Attachment 2. Addresses are provided for relocations as See Attachment 2. Quotes submitted in response to this RFQ must include all cost associated including travel for each site. The contractor shall be responsible to possess the tools, technical manuals/information and supplies to accomplish the upgrades, maintenance and relocation required by the Statement of Work. All service will be accomplished in the calendar year 2010. A list of contract line items (Price Schedule) is attached to this synopsis/solicitation provided as Attachment 1. (vi) The Scope of service required: Sites for installation, service and relocations as well as model of equipment for this requirement is provided as Attachment 3 to this combined synopsis/solicitation. (vii) Delivery and performance: Contractor will commence work under this contract as early as March 1, 2010, upon official notification from the Contract Officers Representation (COR). The fully burdened price of quotes submitted shall be all encompassing and include all cost associated with the completion of this service in accordance with the attached Statement of Work. The contractor will be responsible for travel arrangements and associated costs to the PPQ sites within the fixed price unit cost for each site. (viii) The provision at 52.212-1, Instructions to Offerors -Commercial Items, apply to this solicitation. (ix) The provision at 52.212-2, Evaluation-Commercial Items, apply to this solicitation.. 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 Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the combined synopsis/solicitation will be most advantageous to the Government using the Tradeoff approach defined at FAR 15.102-1, which permits tradeoff among cost or price and non-cost factors and allows the Government to accept other than the lowest priced quote. The following factors shall be used to evaluate offers. Technical Capability: (1) Experience with Nikon microscopes and microscope digital camera, (2) Ability to assemble and disassemble Nikon microscopes and microscope digital cameras, (3) Ability to meet the required service schedule and (4) Willingness to clean equipment. Past Performance, Price. The contractor shall provide information of current or previous contracts /orders with other federal, state, local or private entities. Provide name, address, contact, number of month/years firm has provided service to these entities. Technical Capability and Past Performance, when combined are more important than Price (x) The provision at 52.212-3, Offeror Representations and Certification-Commercial Items, applies to this solicitation. The contractor shall either (1) return a completed copy of this provision with its quote. A copy of the provision may be attained from https://www.arnet.gov/far; or (2) complete the online Reps and Certs Application (ORCA) at http://www.bpn.gov and reference in your quote. (xi) The clause at 52.212-4, Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items, applies to this solicitation. The FAR clauses identified as paragraph b of FAR 52.212-5 are considered checked and is applicable to this acquisition. 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternative 1; 52.219-8 Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.219-14, Limitations on Subcontracting; 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 at USDA, APHIS-MRPBS-ASD Contracting Team, 100 North 6th Street, Butler Square West, 5th Floor, Minneapolis MN 55403 by 3:00 PM CST March 2, 2010. All questions must be submitted by e-mail, no telephone calls will be accepted. Faxed quotes are acceptable. The assigned Contracting Officer Gloria Benson. Ms. Benson may be reached at gloria.j.benson@aphis.usda.gov, (612) 336-3220 or by fax at (612) 336-3550.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Purchasing/AG-6395-S-10-0054/listing.html)
 
Place of Performance
Address: 9 locations per Statement of Work Attached, United States
 
Record
SN02068588-W 20100220/100218235211-71ee7a7dfdc66f9537ee111d8f1423ca (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.