Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2010 FBO #3162
SOLICITATION NOTICE

66 -- Sampling Pump Kits

Notice Date
7/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Branch (WV), 1301 Airport Road, Beaver, West Virginia, 25813-9426
 
ZIP Code
25813-9426
 
Solicitation Number
469-10MR-452
 
Archive Date
8/11/2010
 
Point of Contact
BRANDI M BRINSON, Phone: 304-256-3104
 
E-Mail Address
brinson.brandi@dol.gov
(brinson.brandi@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. The solicitation number is 469-10MR-452, assigned for tracking purposes only, and is issued as a Request for Quotes. No other solicitation will be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 334513 with a small business size standard of 500 employees. This requirement is a Small Business set aside and only qualified offerors may submit quotes. MSHA seeks vendors that can provide the following: 13 Gillian 5000 Sampling Kits - Kits will contain: 5 sampling pumps, chargers, and case. Please quote on his brand or equal. Please denote when quoting on equivalent. Any questions are due by 12:00 noon Thusday, July 22, 2010. Questions not received by this deadline may not be considered. Answers to all questions will be posted to FBO as soon as possible after this date, but in sufficient time for final quote to be prepared and submitted. Shipping must be FOB destination CONUS, which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery of all equipment and parts must be made within three (3) weeks after receipt of order (ARO). Delivery address is US Department of Labor, MSHA, Attn: Mary Mikulich, 515 W. 1st St., Room 333, Duluth, MN 55802. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov. The selected Offeror must comply with the following commercial terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52-212-3 Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications. The provisions at FAR 52.212-2 Evaluation - Commercial Items applies to this solicitation. The specific evaluation factors to be included in paragraph (a) of that provision are: 1. Technical Capability -- A. Experience -- B. Product Quality -- C. Turnaround time 2. Past Performance Technical and past performance, when combined, are more important than price. Award will be made based on best value to the government. 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, paragraph (a) and the following clauses in paragraph (b): 52.203-6, 52.219-28, 52.222-3, 52.225-13, and 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Quotes are due no later than 5:00 p.m., Tuesday, July 27, 2010, and may be submitted either electronically to Contracting Officer Brandi Brinson, brinson.brandi@dol.gov or by hard copy to her at USDOL-MSHA, 1301 Airport Road, Beaver, WV, 25813.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/BeacerWV/469-10MR-452/listing.html)
 
Place of Performance
Address: 515 W. 1st St., Room 333, Duluth, Minnesota, 55802, United States
Zip Code: 55802
 
Record
SN02211708-W 20100722/100720235256-5edfe4e29103e6e1a49a5dda18ae9ff2 (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.