Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2011 FBO #3543
SOLICITATION NOTICE

66 -- FT-NIR Spectrometer

Notice Date
8/5/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Box 25046 MS 204, Denver, CO 80225
 
ZIP Code
80225
 
Solicitation Number
0040013972
 
Response Due
8/11/2011
 
Archive Date
2/7/2012
 
Point of Contact
Name: Don Downey, Title: Contract Specialist, Phone: 3032369331, Fax: 3032365859
 
E-Mail Address
ddowney@usgs.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, 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 0040013972 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 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500.00 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 2011-08-11 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Denver, CO 80225 The US Geological Survey requires the following items, Meet or Exceed, to the following: LI 001, Near Infra Red Analyzer system must include a desk-top sized Near IR class-1 laser spectrometer with fiber optic probe capability, heated sample chamber, fiber optic probes,instrument software, computer/controller, monitor, shipping costs, installation costs, and a standard 1 year warranty. All equipment, software, or factory-installed options necessary to meet the specifications below must be included. (Specifications Attached), 1, EA; LI 002, Option ONE: Extended Warranty, for one year from end of basic first year warranty. This option will only be exercised if there are funds available, the need for the option exists, the price is fair and reasonable., 1, EA; LI 003, Option TWO: Extended Warranty, for one year from end of previous extended warranty. This option will only be exercised if there are funds available, the need for the option exists, the price is fair and reasonable., 1, EA; LI 004, Option Three: Extended Warranty, for one year from end of previous extended warranty. This option will only be exercised if there are funds available, the need for the option exists, the price is fair and reasonable., 1, EA; LI 005, Option Four: Extended Warranty, for one year from end of previous extended warranty. This option will only be exercised if there are funds available, the need for the option exists, the price is fair and reasonable., 1, 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, US Geological Survey 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. US Geological Survey 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), 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. A seller must have a current registration in the following four databases to receive this award: 1. CCR RequirementThe USGS requires registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov. 2. FEDCONNECT RequirementAwards will be made to vendors registered in the FedConnect database. Vendors may complete registration in FedConnect at https://www.fedconnect.net. 3. ORCA RequirementORCA 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/ 4. IPP RequirementElectronic Invoicing and Payment Requirements - Internet Payment Platform (IPP) APRIL 2011 Beginning May 1, 2011, payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP). Payment terms for existing contracts and orders awarded prior to May 1 remain the same. The Contractor must use IPP for contracts and orders awarded May 1 and later, and must use the non-IPP invoicing process for those contracts and orders awarded prior to May 1. "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https://www.ipp.gov. The Contractor must use the IPP website to enroll, access and use IPP for submitting requests for payment. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. The selected seller must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to vendors - Commercial Items, applies to this acquisition; FAR 52.212-3, Vendor Representations and Certifications - Commercial Items - the selected vendor must submit a completed copy of the listed representations and certifications; 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): 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-01, 52.225.2, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. 52.217-5 Evaluation of Options (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government?s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) 52.217-6 Option for Increased Quantity (Mar 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 30 prior to the existing warranty's expiration. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of clause) 52.217-7 Option for Increased Quantity?Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the bid as an option item, in the quantity and at the price stated in the bid. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days prior to the expiration of the existing warranty. Delivery of added items shall continue at the same rate that like items are called for under the order, unless the parties otherwise agree. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/0040013972/listing.html)
 
Place of Performance
Address: Denver, CO 80225
Zip Code: 80225
 
Record
SN02524500-W 20110807/110805235756-1afd548351445a37059073da7fceb584 (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.