Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2010 FBO #3092
SOLICITATION NOTICE

66 -- VHP SYSTEM

Notice Date
5/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Dugway Proving Ground DOC, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S610T0023
 
Response Due
5/24/2010
 
Archive Date
7/23/2010
 
Point of Contact
Gene Casteel, 435-831-3455
 
E-Mail Address
Dugway Proving Ground DOC
(gene.l.casteel@us.army.mil)
 
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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of one (1) each VHP (Vapor Hydrogen Peroxide) ARD Biodecontamination System, p/n: VA06001; one (1) each Resuable Desiccant Cartridge Dryer, p/n: VB0017; one (1) each 600G Desiccant Cartridge, p/n: VB0030, one (1) each 2000G Desiccant Cartridge, p/n: VB0019; one (1) each Cartridge Blanket, p/n: VB0029; one (1) each Dryer Blanket, p/n: VB002; and one (1) each Sensor Kit. Note: This is a notice of intent to negotiate on a sole source basis with Steris Corporation, 5960 Heislet Road, Mentor, OH., 44060-1834. This is for one (1) each Steris VHP (Vapor Hydrogen Peroxide) ARD Biocontamination System, model # VA06001. For a detailed description of this requirement, consult the Governments two (2) web-sites, A.S.F.I. (Army Single Face to Industry) and FEDBIZOPPS (Federal Business Opportunities). Pursuant to 10 U.S.C. 2304 ( c ) (1), and Federal Acquisition Regulation 6.302-1, supplies, services and / or equipment are available from one responsible source and no other type of supplies, services and / or equipment will satisfy agency requirements. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the governments requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-10-T-0023. All firms responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 334516 (500 employees) applies to this procurement. The following provisions and/or clauses applies to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items, applies to this solicitation: FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5; Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items; FAR 52.219-28, Post Award Small Business Program Rerepresentation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.225-13, Restrictions on Certain Foreign Purchases (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); FAR 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requitement to Inform Employees of Whistleblowers Rights; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.227-7015, Technical DataCommercial Items; 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program (Alternate I) DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.247-7023 Alt III; Transportation of Supplies by Sea; FAR 52.204-7, Central Contractor Registration; FAR 52.247-34. FOB; Destination, (Accountable Property Officer, Building 5464, Dugway Proving Ground, Dugway Utah, 84022), and DFARS 252.204-7004 Alt A, Central Contractor Registration. The following local clauses apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Contractor Access to DPG; OSHA Standards; All quotes must be emailed to Gene Casteel at gene.l.casteel@us.army.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns you may email Gene Casteel at gene.l.casteel@us.army.mil. Quotes are due no later than 10:00 AM (prevailing local time at U.S. Army Dugway Proving Ground, Utah), Monday, 24 May 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2374895eb94374b95491f319315b520f)
 
Place of Performance
Address: Dugway Proving Ground DOC Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN02146372-W 20100513/100511235052-2374895eb94374b95491f319315b520f (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.