Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
SOLICITATION NOTICE

66 -- ACBIRC Supplies

Notice Date
7/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
5330 Valdez Circle, Dugway, UT 84022
 
ZIP Code
84022
 
Solicitation Number
W909NB1157F801
 
Response Due
7/18/2011
 
Archive Date
1/14/2012
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
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, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is W909NB1157F801 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-52. The associated North American Industrial Classification System (NAICS) code for this procurement is 423490 with a small business size standard of 100.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-07-18 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be DUGWAY, UT 84022 The U.S. Army ACC MICC Dugway Proving Ground requires the following items, Exact Match Only, to the following: LI 001, Set of seals for stirrer seal. Manufacturer: Syrris. Part Number: 2101017., 1, EA; LI 002, Base unit. Manufacturer: Syrris. Part Number: 2101000., 1, EA; LI 003, Scorpion overhead stirrer. Manufacturer: Syrris. Part Number: 2101004., 1, EA; LI 004, Stirrer seal and guide. Manufacturer: Syrris. Part Number: 2101011., 1, EA; LI 005, Jacketed vessel clamp. Manufacturer: Syrris. Part Number: 2101012., 1, EA; LI 006, Oil drain unit. Manufacturer: Syrris. Part Number: 2101013., 1, EA; LI 007, Temperature node. Manufacturer: Syrris. Part Number: 2101021., 2, EA; LI 008, Node extension. Manufacturer: Syrris. Part Number: 2101023., 2, EA; LI 009, Triple node socket. Manufacturer: Syrris. Part Number: 2101024., 1, EA; LI 010, Atlas software. Manufacturer: Syrris. Part Number: 2300102., 1, EA; LI 011, Atlas reporting software. Manufacturer: Syrris. Part Number: 260002., 1, EA; LI 012, Atlas calorimetry software upgrade. Manufacturer: Syrris. Part Number: 260003., 1, EA; LI 013, Support rods (pack of 2). Manufacturer: Syrris. Part Number: 2101009, 1, EA; LI 014, Oil pipes from reactor drain to oil drain unit. Manufacturer: Syrris. Part Number: 2101014., 1, EA; LI 015, Oil pipes from circulator drain to oil drain unit. Manufacturer: Syrris. Part Number: 2101015., 1, EA; LI 016, Reaction vessel drip tray. Manufacturer: Syrris. Part Number: 2101039., 1, EA; LI 017, Reaction vessel seal. Manufacturer: Syrris. Part Number: 2101543., 1, EA; LI 018, Oil pipe tidy. Manufacturer: Syrris. Part Number: 2200046., 1, EA; LI 019, Port. Manufacturer: Syrris. Part Number: 2101020., 1, EA; LI 020, Bottom outlet valve top seal. Manufacturer: Syrris. Part Number: 1802042., 1, EA; LI 021, Bottom outlet valve bottom seal. Manufacturer: Syrris. Part Number: 1803152., 1, EA; LI 022, Velcro oil connector insulator: Manufacturer: Syrris. Part Number: 2200008., 1, EA; LI 023, Vaccum jacketed vessel. Manufacturer: Syrris. Part Number: 2200024., 1, EA; LI 024, Jacketed vessel lid. Manufacturer: Syrris. Part Number: 2101594., 1, EA; LI 025, Huber circular ministat. Manufacturer: Syrris. Part Number: 2200453., 1, EA; LI 026, Huber circulation fluid for open baths. Manufacturer: Syrris. Part Number: 2200487., 1, EA; LI 027, TTI power supply. Manufacturer: Syrris. Part Number: 2200151., 1, EA; LI 028, RTD probe - stainless steel 100mm x 3mm. Manufacturer: Syrris. Part Number: 2101593., 1, EA; LI 029, Heater rod for caroimetry. Manufacturer: Syrris. Part Number: 2200142., 1, EA; LI 030, RTD probe - FEP coated SS quick response. Manufacturer: Syrris. Part Number: 2200144., 1, EA; LI 031, Stirrer - PTFE 4 blade propeller. Manufacturer: Syrris. Part Number: 1802014, 1, EA; LI 032, EEE top touch screen PC. Manufacturer: Syrris. Part Number: 2200318., 1, EA; LI 033, Training and installation for items identified in items 001 through 032., 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, U.S. Army ACC MICC Dugway Proving Ground intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. U.S. Army ACC MICC Dugway Proving Ground is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions. New equipment ONLY, NO remanufactured products. FOB Destination CONUS (CONtinental U.S.). No partial shipments unless otherwise specified. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The selected Offeror must comply with the following commercial item terms and conditions. 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010); 52.209-6, Protecting the Government? Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.219-6, Notice of Total Small Business Aside (June 2003); 52.222-3, Convict labor (June 2003)(E.O. 1175); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Aug 2007)(E.O. 13126); 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006)(E.O.S, Proclamations, and Statutes adminstered by the Office of Foreign Assets Control of the Department of the Treasury) and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. The selected Offeror must comply with the following commercial item terms and conditions. 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005)(41 U.S.C. 10a-10d, E.O. 10582); 252.227-7015, Technical Data--Commercial Items; 252-227-7037, Validation of Restrictive Markings on Technical Data; 252-232-7003, Electronic Submission of Payment Requests and 252-247-7023, ALT III, Transportation of Supplies by Sea U.S. Army Dugway Proving Ground operates on a four (4) day work week, Monday through Thursday, from 7:00 A.M. to 5:30 P.M. (local time) except for Federal Holidays. Deliveries will be accepted on regular scheduled work days between 7:00 A.M. and 4:30 P.M. (local time). The following Federal Holidays are observed: (a)January 1st(f)1st Monday in September(b)3rd Monday in January(g)2nd Monday in October(c)3rd Monday in February(h)November 11th (d)Last Monday in May(i)4th Thursday in November(e)July 4th (j)December 25th When any of the above holidays fall on a Sunday, the following Monday will be observed as the holiday; when a holiday falls on a Friday or Saturday the preceding Thursday is observed as the holiday. Access to U.S. Army Dugway Proving Ground (DPG) requires that Contractor employees voluntarily submit personal data (e.g., name, social security number, etc.) when applying for a DPG Identification Card or temporary access pass. This information is routinely used by DPG Law Enforcement and Security personnel to conduct drivers license and criminal history / background checks.Adverse information revealed by such checks (e.g., outstanding criminal warrants, criminal history indicating a potential risk to DPG Installation security, or similar negative information indicating a potential security and/or Law Enforcement risk to DPG), may result in a denial of access and/or reentry to U.S. Army Dugway Proving Ground.Delays caused by any adverse employee information do not constitute a basis for claim by the Contractor. It is the Contractors responsibility to assure all personnel scheduled to work on the installation have acceptable backgrounds. (a)In accordance with Section 326 of P.L. 102-484, the Government is prohibited from awarding any contract which includes a specification or standard that requires the use of a Class I ozone-depleting substance (ODS) identified in Section 602(a) of the Clean Air Act (42 U.S.C. 767a(a)), or that can be met only through the use of such a substance unless such use has been approved, on an individual basis, by a senior acquisition official who determines that there is no suitable substitute available.(b)To comply with this statute, the Government has conducted a best efforts screening of the specifications and standards associated with this acquisition to determine whether they contain any ODS requirements. To the extent that ODS requirements were revealed by this review, they are identified in Section C or the statement of work of this document.(c)If offerors possess any special knowledge about any other ODS required directly or indirectly at any level of contract performance, the U.S. Army would appreciated if such information was surfaced to the Contracting Officer for appropriate action. To preclude delay to the procurement, offerors should provide any information as soon as possible after release of the solicitation and prior to the submission of offers to the extent practicable. It should be understood that there is no obligation on offerors to comply with this request and that no compensation can be provided for doing so. Manufacturer or supplier must ensure that all OSHA standards applicable to that which is being purchased are complied with. U.S. Army Dugway Proving Ground is located in a remote area. The main gate is approximately 90 miles southwest of Salt Lake City, Utah. Contractors may be required to travel up to 150 miles one way from Salt Lake City to reach some work sites. Contractors with valid U.S. government contracts will be allowed to hire non U.S. citizens to work at or visit U.S. Army Dugway Proving Ground (DPG) during performance of the contract. Contractors shall adhere to the following process. A list of foreign national employees shall be provided to the DPG Counterintelligence, Law Enforcement, and Security Offices at least five (5) working days prior to arrival on post. A copy of the list shall also be submitted to the Contracting Officer or an appointed Contracting Officers Representative (COR). The list will contain name, nationality, green card and social security number, date of birth, drivers license number and state where issued.The Contractor shall also list the date(s) foreign nationals will be on post. If a sensitive test or visit is scheduled during the dates provided, the Counterintelligence Office will inform the Contractor whether the work/visit may take place. Employees will not be allowed on Post until verification process is complete. Once verification has been received, the Counterintelligence Office is responsible to provide the Protocol Office the following information for badge preparation: Name, Company and Point-of-Contact. The Contracting Officer or COR will be responsible to pick-up the badges and holders, issue them to the visitor and return them at the end of the visit. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alternate A, Central Contractor Registration; 252.232-7010 Levies on Contract Payments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/941a0ca8f886457495df98df9bb62920)
 
Place of Performance
Address: DUGWAY, UT 84022
Zip Code: 84022-0069
 
Record
SN02495823-W 20110714/110712234648-941a0ca8f886457495df98df9bb62920 (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.