Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2011 FBO #3395
SOLICITATION NOTICE

R -- Rapid Methods for Quantitative Polymerase Chain Reaction - Statement of Work

Notice Date
3/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region V, Acquisition and Assistance Section (MMC-10J), 77 West Jackson Boulevard, Chicago, Illinois, 60604
 
ZIP Code
60604
 
Solicitation Number
EP-11-5-000032-1
 
Archive Date
6/10/2011
 
Point of Contact
Spencer Hamilton, Phone: 312-886-6581
 
E-Mail Address
hamilton.spencer@epa.gov
(hamilton.spencer@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Evaluation Criteria for qPCR Rapid Methods Indicator Statement of Work for qPCR Rapid Methods Indicator The Government intends to award a firm fixed priced contract using Simplified Acquisition Procedures for Commercial Items in accordance with FAR parts 12 and 13. This is a combined/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. Solicitation number EP-11-5-000032 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. The requirement is Total Small Business Set-Aside with a NAICS code of 541380(Testing Laboratories) and a size standard of $12.0 million. DESCRIPTION: U.S. EPA Region 5 in Chicago, IL seeks to procure services to assist EPA's Office of Water (OW) and Office of Research and Development (ORD) in providing results on the effectiveness of a rapid bacterial indicator method based on quantitative Polymerase Chain Reaction (qPCR), which can be achieve results within two or three hours of sample receipt as compared to a minimum of 18 hours with the standard culture method. Please see the attached Statement of Work (SOW) for details. The award shall be a firm fixed price contract. Work performance locations are anticipated in or near the Chicago-Milwaukee corridor. PERIOD OF PERFORMANCE: From Award Date to 12 months thereafter. QUOTES ARE DUE BY: April 11, 2011, at 12:00 p.m. (CST). All RFQ inquires along with all contract/technical questions must be submitted to Spencer Hamilton through email at hamilton.spencer@epa.gov. Prices must be valid for 60 days from date of closing. AWARD: The selection resulting from this request for quotation will be made on the basis of the lowest priced technically acceptable quote with acceptable past performance from a responsible contractor who meets the minimum qualifications listed in the Statement of Work and Evaluation Criteria.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. CLAUSES: 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. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instruction to Offers Commercial Items, FAR 52.212-3 Offeror Representatives and Certifications and Certifications Commercial Items, FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following clauses cited in FAR 52.212-5 are some of the applicable clauses; FAR 52.219-6, Notice of Total Small Business Set-Aside, 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 (E.O. 11246), FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.225-1, Buy American Act-Supplies, FAR 52.225-13, Rights in Data - General, 52.227-14, Restrictions of Certain Foreign Purchases, FAR 232.33, Payment by Electronic Funds Transfer-Central Contactor Registration and FAR 52.204-6 Data Universal Numbering Systems (DUNS) Number. The full text of clauses is available from the Contracting Officer or may be accessed electronically at: http://www.arnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/MMC-10J/EP-11-5-000032-1/listing.html)
 
Place of Performance
Address: 77 W. Jackson Blvd., MCC-10J, Chicago, Illinois, 60604, United States
Zip Code: 60604
 
Record
SN02397453-W 20110312/110310234117-71451835999f419ffc9032a47aa3891d (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.