Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2012 FBO #3710
MODIFICATION

66 -- This ammendment is posted to texend the required response date from 11/21/11 to 02/07/12.

Notice Date
1/19/2012
 
Notice Type
Modification/Amendment
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S612T0003
 
Response Due
2/7/2012
 
Archive Date
4/7/2012
 
Point of Contact
Samuel C. Layton, 435-831-2932
 
E-Mail Address
MICC - Dugway Proving Ground
(samuel.c.layton8.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of one (1) upright cabinet shelf/tray pilot-scale lyophilizer suitable for drying biological fermentation materials needed to maintain production requirements to the CBDP T&E. Requirements include: upright cabinet model, dimensions (w,d,h) no greater than 70"x50"x80", 7 to 10 shelves, shelf dimension (w,d) no greater than 14"x24", shelf temperature to -60C or lower, condensers temperature to -75C or lower, max condenser capacity 40L or greater, condenser pull-down from 20 C to -45 C less than 35 minutes, shelf pull-down from 20 C to -40 C less than 120 minutes, vacuum time to 100 Millitorr less than 30 minutes, temperature uniformity +/- 2 C, no sterilization, 208-230V/60Hz, 40A, single phase, filter trap ready, 8-12 product thermocouples, air cooled, 21 CFR Part 11 Compliant. Note: Funding for this requirement is not currently available. This is for process to point of award only in accordance with FAR 52.232-18, Availability of Funds. Interested vendor's wishing to respond to this requirement must provide pricing valid for a calendar period of One Hundred Twenty (120) days. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the government's requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-12-T-0003. All firms responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 423490 (100) size standard in numbers of employees applies to this procurement. The following provisions and/or clauses apply to this RFQ: FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-3 ALT I Offeror Representations and Certifications -- Commercial Items, applies to this solicitation: 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; additional FAR clauses required: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I; FAR 52.204-7, Central Contractor Registration: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting With Contractor's Debarred, Suspended or Proposed for Debarment; FAR 52.219-28 Post Award Small Business Program Representation; 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 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); FAR 52.232-18, Availability of Funds: FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-34, FOB; Destination, (Accountable Property Officer, Building 5464, Dugway Proving Ground, Dugway, Utah, 84022); DFARS clauses required: DFARS 252.203-3, Gratuities; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items: DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252-225-7015, Restriction on Acquisition of Hand or Measuring Tools; DFARS 252.225-7035, Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate; DFARS 252.225.7036, Buy American Act-Free Trade Agreements-Balance of Payments Program; DFARS 252.227-7015, Technical Data-Commercial Items; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports: DFARS 252.232-7010; Levies on Contract Payments; DFARS 252.227-7015 Technical Data-Commercial Items; DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7002 Requests for Equitable Adjustment and 252.247-7023 Transportation of Supplies by Sea. The following local clauses apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Contractor Access to DPG; OSHA Standards; Notice To Offerors - Use of Class I Ozone Depleting Substances; AMC - Level Protest Program, Legend of Acronyms and Brevity Codes, All quotes must be emailed to Samuel C. Layton at samuel.c.layton8.civ@mail.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns you may email Samuel Layton at samuel.c.layton8.civ@mail.mil. Quotes are due no later than 10:00 AM (prevailing local time at U.S. Army Dugway Proving Ground, Utah), Tuesday, 07 February 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dfce18f4cdfffd166569489dc2b786a7)
 
Place of Performance
Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN02657021-W 20120121/120119234142-dfce18f4cdfffd166569489dc2b786a7 (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.