Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2016 FBO #5361
MODIFICATION

66 -- Analytical Balance

Notice Date
7/26/2016
 
Notice Type
Modification/Amendment
 
Contracting Office
10 General Greene Avenue, Natick, MA 01760
 
ZIP Code
01760
 
Solicitation Number
0010880459
 
Response Due
8/5/2016
 
Archive Date
2/1/2017
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
MODIFICATION NOTICE:Bids are being solicited under solicitation number 0010880459. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 809116_01. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-08-05 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Natick, MA 01760 The APG - Natick SPS requires the following items, Brand Name or Equal, to the following: LI 001: Mettler MFR Part No. 30105893 or equal. Must measure to six decimal places and an isolation table to minimize or eliminate vibration interference. A balance XPE26 or equal with maximum capacity of 22g, readability of 1?g, repeatability of 0.7 ?g, minimum weight (USP), typical 1.4 mg with linearity ?0.01 mg. Micro-analytical balance with USP minimum weight below 3 mg. Automatically detects any relevant static charges present in the weighing chamber that might lead to out of specification weighing results. Integrated hands-free sensors and automatic door opening., 1, EA; LI 002: Mettler Marble Isolation Table MFR Part No. 63053976 or equal. Dimensions no more than 35w x 24l x 31h., 1, EA; LI 003: Starter Pac Installation. Shall ensure all systems are in operational condition to deliver accurate, verifiable, and repeatable textile testing analysis. Must include all install equipment, standard setup configuration, initial training, a basic confirmation ISO Calibration Certificate., 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, APG - Natick SPS 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. APG - Natick SPS is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers 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.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror 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): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.211-17, 52.212-4, 52.204-10, 52.209-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.223-15, 52.223-16, 52.225-3, 52.225-13, 52.232-36, 52.211-16, 52.217-9, 52.232-8, 52.233-4 AND DFARS 252.201-7000, 252.203-7000, 252.203-7002, 252.204-7000, 252.204-7002, 252.204-7003, 252.204-7004 Alt A, 252.204-7012, 252.211-7003, 252.225-7001, 252.225-7002, 252.225-7012, 252.225-7048, 252.232-7003, 252.232-7010, 252.246-7000, 252.247-7023 Alt I. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Provide the country of mfg. origin. The offeror certifies that each end product is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the definition of "domestic end product"; DFARS 252.225-7001. Complete specifications and/or proposals are required. Failure to include adequate specification will cause the seller to be deemed non-responsive and removed from the competition. ALL PRICING IS INCLUSIVE OF SHIPPNIG/HANDLING FOB DESTINATION
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/56742475804ba8557d444db78860d998)
 
Place of Performance
Address: Natick, MA 01760
Zip Code: 01760-5000
 
Record
SN04196151-W 20160728/160726234855-56742475804ba8557d444db78860d998 (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.