Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
SOLICITATION NOTICE

66 -- Field Emission Scanning Electron Microscope - Attachment 1

Notice Date
7/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
National Transportation Safety Board, National Transportation Safety Board, Acquisition Division, 490 L'Enfant Plaza East, SW, Washington, District of Columbia, 20594, United States
 
ZIP Code
20594
 
Solicitation Number
NTSBR100013
 
Archive Date
8/21/2010
 
Point of Contact
BRYAN J. MOY, Phone: 202-314-6282
 
E-Mail Address
bryan.moy@ntsb.gov
(bryan.moy@ntsb.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 - Field Emission Scanning Electron Microscope 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. The solicitation number for this requirement is NTSB-R-10-0013. This solicitation is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. This requirement is issued under full and open competition. The associated NAICS code is 334516 Analytical Laboratory Equipment Manufacturing, with a small business size standard of 500 employees. Background The National Transportation Safety Board (NTSB) is an independent Federal agency charged by Congress with investigating every civil aviation accident in the United States and significant accidents in the other modes of transportation -- railroad, highway, marine and pipeline -- and issuing safety recommendations aimed at preventing future accidents. Description of Requirement The NTSB has a requirement for the purchase of: Line Item Number 0001: Quantity One (1) Each, Field Emission Scanning Electron Microscope. The instrument shall be provided in accordance with Attachment 1, which is attached hereto and incorporated herein. Line Item Number 0002: Accessories Line Item Number 0003: Quantity 1 year (Period of Performance: FIRST YEAR following end of warranty), Maintenance and Support. Line Item Number 0004: Quantity 1 year (Period of Performance: SECOND YEAR following end of warranty), Maintenance and Support. Line Item Number 0005: Quantity 1 year (Period of Performance: THIRD YEAR following end of warranty), Maintenance and Support. Line Item Number 0006: Quantity 1 year (Period of Performance: FOURTH YEAR following end of warranty), Maintenance and Support See Attachment 1 for additional information regarding maintenance and support. Place of Delivery National Transportation Safety Board 490 L'Enfant Plaza, SW Washington D.C. 20594 Basis for Award The Government may award one (1) firm fixed-price contract to the responsible offeror whose proposal that conforms to the combined synopsis/solicitation will be most advantageous to the Government, price and other non-price factors considered, such that it provides the best value to the Government. See Attachment 1 for additional information. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the NTSB. Clauses and Provisions The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR clause at 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. The following additional FAR clauses cited in the clause are applicable to the acquisition: The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this combined synopsis/solicitation by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (4) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (5) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (July 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). (6) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). (7) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (8) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (9) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (10) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (11) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (12) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (13) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (14) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans(Sept 2006) (38 U.S.C. 4212). (15) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). (16)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). (17) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (18) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (19) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment -- Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (20) 52.217-8 Option to Extend Services (Nov 1999). The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (21) 52.217-9 Option to Extend the Term of the Contract (Mar 2000). The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. Submission of Proposals Your proposal must be received no later than 4:30 p.m., Eastern Standard Time (EST), on August 6, 2010. LATE PROPOSALS MAY NOT BE CONSIDERED in accordance with FAR clause 52.212-4. Offers may be transmitted via email to: Bryan J. Moy Email: Bryan.Moy@ntsb.gov The maximum size of an email, including attachments, which the NTSB email server can accept is 5 megabytes (MB). Therefore, the offeror may choose to send their proposal in separate emails, if the combined file size of any email received by the NTSB email server will exceed 5MB. It is the offeror's responsibility to ensure that the designated point of contact has received your proposal at the email address of the contact specified above by the proposal due date. Questions Regarding the Combined Synopsis/Solicitation All questions regarding this combined synopsis/solicitation shall be directed to Bryan J. Moy via email at bryan.moy@ntsb.gov. ALL QUESTIONS MUST BE RECEIVED BY 4:30 p.m. EST on July 26, 2010. Bryan J. Moy Contracting Officer National Transportation Safety Board Phone: (202) 314-6282 Email: bryan.moy@ntsb.gov Electronic Dissemination of Combined Synopsis/Solicitation Access to this combined synopsis/solicitation and amendments shall be posted on the Federal Business Opportunities website: www.fbo.gov. Amendments to the combined synopsis/solicitation shall be publicized in the same manner as the initial synopsis/solicitation. All offerors are cautioned that it is your responsibility to frequently check back to the website to ensure that you have received all issued amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NTSB/CMS/WashingtonDC/NTSBR100013/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02208952-W 20100718/100716235309-85b983eeac02bb31f258d23a44b3e7ae (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.