Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2010 FBO #3171
SOLICITATION NOTICE

66 -- VARIAN 450-GAS CHROMATOGRAPH - PRICING SCHEDULE

Notice Date
7/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region VII, 901 North 5th Street, Kansas City, Kansas, 66101
 
ZIP Code
66101
 
Solicitation Number
PR-R7-10-00063
 
Archive Date
8/21/2010
 
Point of Contact
Tyrone Lewis, Phone: 913-551-7664
 
E-Mail Address
lewis.tyrone@epamail.epa.gov
(lewis.tyrone@epamail.epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PRICING SCHEDULE GENERAL QUESTIONS SHEET This is a combined synopsis/solicitation for the purchase of commercial items, prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Solicitation number PR-R7-10-00063 is applicable and is issued as a request for quotation. The solicitation and incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular to date. This requirement is "Small Business Set-Aside" with a NAICS Code of 334516 (Analytical Laboratory Instrument Manufacturing), and a size standard in number of employees, 500. The description of the commercial item is for the purchase of a Varian 450-GC (Gas Chromatograph). CLIN 1 : VARIAN 450-GC ECD/ECD/1177/1177 EFC 120V GEN CLIN 2 : VARIAN CP-8400 AUTOSAMPLER CLIN 3 : VARIAN CP3800 CG INSTALLATION KIT CLIN 4 : VARIAN GALAXIE SOFTWARE W/GC CONTROL CLIN 5 : DELL OPTIPLEX 960 MT CLIN 6 : DELL PC MONITOR, 22-INCH WIDESCREEN CLIN 7 : HP LASERJECT P2015D PRINTER CLIN 8 : VARIAN INSTALLATION TRAINING MODULE Only quotations for the Varian manufactured 450-GC will be considered technically acceptable. No other manufacturer's instrument will be deemed acceptable based on the following justification: The United States Environmental Protection Agency (EPA), Region 7 (R7), Science and Technology Center's (STC) National Environmental Laboratory Accreditation Conference (NELAC) accreditation is specific to the Varian GCs. The analytical methods are instrument specific and deviation from the Varian GCs would require STC personnel to re-write analytical methods to include instrumentation from other manufacturers. Use of GCs from other manufacturers would generate different sets of quality control (QC) results; current QC limits are based on historical data. EPA R7 STC cannot rely on results of multiple analytical methods as this would cause accreditation problems; furthermore, the Environmental Services Assistance Team (ESAT) contractors must use methods consistent with the EPA and the methods currently used are specific to Varian instruments. Dell manufactured products are the agency standard for : 1) base level administrative desktop computers; 2) mid and high level PCs, and; 3) base, mid and high level scientific laptops, notebooks, servers and monitors. CLIN 7 is a brand name or equal line item. Contract award will be issued on an "all-or-none" basis. The selection resulting from this request for quotation will be made on the basis of the lowest priced technically acceptable quote from responsive and responsible quoter. Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued using an Optional Form 347. A purchase order will be in existence once the Contracting Officer has signed the order. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or in any applicable provision, they shall be read to mean quote, quotation, quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotation not a Request for Proposal or an Invitation for bid. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The Contracting Officer will evaluate quotes on the basis of information furnished by the quoter or identified in the quote and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Quoters shall submit along with quote a completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number. In addition, quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, with their quotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-6, 52.219-14, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, and 52.232-33. Acceptable offers shall include 1) completed General Questions Sheet (attached), and 2) completed Pricing Schedule (attached). All quotes shall be submitted to the Contracting Officer in writing (either by email, mail or fax, email preferred) and are due no later than 11:59 PM Central Daylight Time (CDT) August 6, 2010. Contracting Officer: Tyrone Lewis US EPA Region 7 PLMG/ACMS 901 N 5th St Kansas City, KS 66101 Email: lewis.tyrone@epa.gov Fax: 913 551-9664
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegVII/PR-R7-10-00063/listing.html)
 
Place of Performance
Address: Region 7 Science and Technology Office, 300 Minnesota Ave, Kanas City, Kansas, 66101, United States
Zip Code: 66101
 
Record
SN02221698-W 20100731/100729234845-6908910e6490dd9a87e49d8f085b831c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.