Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2011 FBO #3507
MODIFICATION

66 -- Capped Conical Tubes and DFU Filters Packs

Notice Date
6/30/2011
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS/Acquisition & Procurement Office - Kent St., 1777 Kent Street, Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
HQ0034-11-T-0051
 
Archive Date
7/16/2011
 
Point of Contact
Karen A. Smith, Phone: 703-696-3756, Valerie Green, Phone: 703-588-8188
 
E-Mail Address
karen.smith@whs.mil, valerie.green@whs.mil
(karen.smith@whs.mil, valerie.green@whs.mil)
 
Small Business Set-Aside
N/A
 
Description
*********THIS SOLICITATION HAS BEEN AMENDED TO EXTEND THE RFQ RESPONSE DATE TO 9 AM, EASTERN, JULY 01, 2011.****** This is a combined synopsis/solicitation for commercial items authorized under FAR Subpart 13.302, Purchase Orders 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 HQ0034-11-T-0051 is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. The North American Industry Classification System (NAICS) code for this acquisition is 334516, Analytical Laboratory Instrument Manufacturing. This acquisition is not a set aside for small business. This acquisition is being solicited as full and open competition. The Washington Headquarters Services, Acquisition Directorate (WHS/AD) Department of Defense, 1155 Defense Pentagon, Washington, DC 20301 intends to contract for 4,500 Capped Conical Tubes, Plastic and 5,000 DFU Filters Packs. The Government anticipates awarding one firm fixed price purchase order for this requirement. The following factors will be used to evaluate quotes and are listed in order of importance: technical acceptability and price. (1)Technical Acceptability: to be considered for award offers must meet all product specifications outlined in this solicitation, (2)Price: The total price will be a determining factor after determination is made as to compliance to technical acceptability. The award will be issued using Simplified Acquisition Procedures in accordance with FAR Part 13. The Government will evaluate quotes and make a selection based on the lowest priced, technically acceptable quotation meeting product specification requirements. The Government is not responsible for locating or obtaining any information not identified in the offer. Vendors should include warranty terms and delivery times with their quote. The request for quotation consists of the following: CLIN 000l Capped Conical Tubes Plastic 4,500 (EA) with phosphate buffered saline pH (7.4) (Size 10 mL) containing Triton X-100 Each conical tube must have attached label: PHOSPHATE BUFFER SOLUTION Ph7.4 Lot# Information. For Environmental Sampling Only Contains Triton X-100 Not for Human Consumption. Conical tubes must be bulk packaged in a commercially accepted packaging with 450 per box inside. The expiration date for this item must be three years after delivery. The Phosphate buffer and Triton X solution MUST BE sterilized after filled and before delivery by (Gamma Irradiation) or by U.S. government approved sterilization. Phosphate buffer and Triton X solution formulation: (1) 7.0128 GRAM (120 Millimoles) sodium chloride, 99.0% MIN purity. (2) 0.2013 grams (2.7 Millimoles) potassium chloride, 99.0% MIN purity. (3) 1.4112 grams (10 Millimoles) phosphate buffer salts / Comprised of: (a) 1.2070 grams (8.5 Millimoles) sodium phosphate, di basic, 99.0% MIN purity. (b) 0.2042 grams (1.5 Millimoles) potassium phosphate, monobasic, 99.0% MIN purity. (4) Dilutent shall be: dH2O, type I, grade A. (5) 1.000 gram (0.10% by volume of 1.0L)(Trition X-100)T-Octylphenoxypolyethoxyethano 99.0% purity. CLIN 0002 DFU filters packs 5,000 (EA) Felt Filter Disc 1 7/8’ Dia 1 Micron Rating ADDITIONAL INFORMATION ONLY e-mailed quotes will be accepted. Please complete Attachment A, Standard Form 1449. E-mailed quotes may be sent to karen.smith@whs.mil. Contractors are responsible for verifying receipt of their quotes. All responsible sources interested in responding to this RFQ must respond no later than 9:00 AM, Eastern, on June 29, 2011. THE DELIVERY DATE SHALL BE NO LATER THAN 20 JULY, 2011 and the Government anticipates awarding a purchase order for these items on or about 01 July, 2011. Inspection and Acceptance shall be at destination (supplies shall be delivered to the destination at the expense of the contractor). All quotes shall include ARO delivery information. Vendors shall include warranty terms. Quotes must be firm-fixed-priced, and include all quantities listed, ALL OR NONE. The point of contact (POC) for this request is Karen Smith, Contract Specialist at (703) 696-3756 or karen.smith@whs.mil. Offeror's shall include Tax Identification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes stated on their quotes. The following Federal Acquisition Regulations (FAR) and (DFARS) apply to this solicitation: FAR 52.212-1, Instruction to Offerors-Commercial; Government; 52.212-2 Evaluation-Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.204-7 Central Contractor Registration. FAR 52.212-3, Alt 1, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5,(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 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 52.222-35, FAR 52.222-43 Fair Labor Standards Act, FAR 52.222-37, FAR 52.222-50 Combating Trafficking in Persons; FAR 52.232-18 Availability of Funds; 52.232- 33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contracts; FAR 52.252-1 Solicitation Provisions Incorporated By Reference; FAR 52.252-2 Clauses Incorporated By Reference; FAR 52.252-5 Authorized Deviations In Provisions; FAR 52.253-1 Computer Generated Forms. FAR 52.247.34 F.O.B. Destination; FAR 52.247.64, Preference for Privately Owned U.S. Flag Commercial Vessels; FAR 52.247.64, Preference for Privately Owned U.S. Flag Commercial Vessels; FAR 52.252-6 Authorized Deviations In Clauses; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive orders Applicable to Defense Acquisition of Commercial Items; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Request; request for payments must be submitted electronically through the Wide Area WorkFlow system at http///wawf.eb.mil. DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.243-7001, Pricing Of Contract Modifications; DFARS 252.247-7023, Alt III, Transportation of Supplies by Sea. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/WHSAPO/HQ0034-11-T-0051/listing.html)
 
Place of Performance
Address: CBRNE Directorate PFPA, 1400 Eads Street, Arlington, Virginia, 22204, United States
Zip Code: 22204
 
Record
SN02487042-W 20110702/110630235510-86b4e0fa8a11c2c7027b8f7640ad9a85 (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.