Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
MODIFICATION

66 -- Solvent Evaporation System

Notice Date
7/17/2014
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ-14-T-A002
 
Response Due
8/11/2014
 
Archive Date
9/15/2014
 
Point of Contact
Wendy G. Colon, 601-634-5232
 
E-Mail Address
USACE ITL, GSL, EL, CHL, Vicksburg
(wendy.g.colon@usace.army.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, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W912HZ-14-T-A002 and this solicitation is issued as a request for quote (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-74. The small business standard for the associated NAICS code is 334516 with a size standard of 500. The US Army Engineer Research and Development Center (ERDC), Vicksburg, Mississippi is soliciting proposals of companies to provide a quantity of one (1) each (EA), solvent evaporation system. The add-on evaporator must be compatible with the Dionex Accelerated Solvent Extractor (ASE) 350 for the Environmental Laboratory (EL), Environmental Processes and Engineering (EP-E) Division; see Sole Source Justification attached. The Contractor shall provide a solvent evaporation system with the following description: 1. Must be compatible with a Dionex 350, such as Biotage TurboVap LV-ASE version (solvent evaporation system) 2. Must be able to accommodate Dionex ASE vials 3. Must be able to accommodate 40 and 60 ml vials 4. Must be able to accommodate at least 20 samples at once Delivery must be completed within 45 days after award to: SHIPPING/RECEIVING AREA C/O HEATHER SMITH 3909 HALLS FERRY RD VICKSBURG MS 39181-6199 All items shall include shipping costs FOB Destination to ERDC Vicksburg, MS. The following FAR clauses and provisions incorporated by reference apply to this combined synopsis/solicitation: 52.204-7 System For Award Management; 52.212-1 Instructions to Offerors - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-50 Combating Trafficking In Persons; 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving; 52.225-13 Restrictions On Certain Foreign Purchases; 52.225-25 Prohibition On Engaging In Sanctioned Activities Relating To Iran-Certification; 52.232-33 Payment by Electronic Funds Transfer -- System for Award Management; 52.233-3 Protest after Award; 52.233-4 Applicable Law For Breach Of Contract Claim; 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials; 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights; 252.203-7005 Representation Relating To Compensation Of Former DoD Officials; 252.204-7003 Control Of Government Personnel Work Product; 252.225-7001 Buy American And Balance Of Payments Program; 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies On Contract Payments The following FAR clauses and provisions incorporated by full text apply to this combined synopsis/solicitation (see attachment): 52.212-2 Evaluation -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items; 52.219-28 Post-Award Small Business Program Re-representation; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-5 Authorized Deviations In Provisions; 252.204-7011 Alternative Line-Item Structure Offerors must include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications -- Commercial Items, with their offer. Only one award will be made under FAR Part 12 procedures. The awarded contract will be of a Firm Fixed Price Single Award type. Proposals are due on 11 August 2014 at 4:00 p.m. Central Standard Time. The contract will be awarded on a Lowest Price Technically Acceptable (LPTA) basis, considering past performance. The Government intends to award without discussions. However, reserves the right to hold discussions, if necessary. Therefore, offerors should provide their best possible proposal from a technical and pricing standpoint. Send proposals via email to wendy.g.colon@usace.army.mil or fax to 601-634-3929 ATTN: Wendy G. Colon. Copies of FAR clauses/provisions may be accessed via the internet at www.arnet.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W912HZ-14-T-A002/listing.html)
 
Place of Performance
Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
Zip Code: 39180-6199
 
Record
SN03428402-W 20140719/140717235127-2975de62ef372f761c233ac92a5ff7ca (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.