Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2016 FBO #5500
SOLICITATION NOTICE

66 -- High-Voltage Electric Pulse Disaggregator (EDP) La

Notice Date
12/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCH PO BOX 25046 204 DENVER FEDERAL CENTER DENVER CO 80225-0046 US
 
ZIP Code
00000
 
Solicitation Number
G17PS00097
 
Response Due
12/23/2016
 
Archive Date
1/7/2017
 
Point of Contact
Hayes, Lisa
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number G17PS00097. This solicitation will utilize the policies contained in the Federal Acquisition Regulation (FAR) Part 12 in conjunction with the policies and procedures for solicitation evaluation and award prescribed in FAR Part 13.5, Simplified Acquisition Procedures, as appropriate for this acquisition. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92. (IV) The solicitation is not a set-aside. The associated NAICS code is 334516. The small business size standard is 1000 Employees. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s): CLIN NO. 00010 ¿ 1 ¿ each high-voltage electric pulse disaggregator (EPD) with a full one-year standard manufacture's hardware and software warranty, including software upgrades per the attached General Requirements/Technical Specifications. CLIN NO. 00020 ¿ Installation Services for the high-voltage electric pulse disaggregator (EPD). As part of the installation process, on-site training shall be provided by the manufacture at the USGS facility for up to 5 USGS personnel per the attached General Requirements/Technical Specifications. "THE TERMS AND CONDITIONS OF THIS RFQ SHALL PREVAIL OVER ANY OTHER AGREEMENT (IF ANY)." Offerors shall include a firm-fixed price for CLIN 00010 and CLIN 00020. Offerors shall provide a D&B DUNS Number with their quote. (VI) Refer to Attachment 1 - Requirements/Technical Specifications for the items description. (VII) Date(s) and place(s) of delivery and acceptance and FOB point. The system shall be delivered FOB Destination within 126 days after receipt of award. Installation and training shall be completed within 90 days after delivery of the equipment. Place of delivery is U.S. Geological Survey, Central Mineral and Environmental Resources Science Center (CMERSC), West 6th Ave. & Kipling St., Denver Federal Center (DFC), Bldg. 20, MS 973, Denver, CO 80225-0046. (VIII) FAR 52.212-1- Instructions to Offerors - Commercial Items (OCT 2016), applies to this acquisition. ADDENDUM TO CLAUSE 52.212-1(C) - Period for acceptance of offers - The period for acceptance of offers specified in this paragraph, is hereby changed from 30 days to 180 days. (IX) Basis for Award The award of this requirement shall be made using only the procedures found in FAR part 12 in conjunction with FAR part 13.5. A single award for all items will be made to the offeror submitting the lowest priced responsive offer that meets or exceeds all the Requirements/Technical Specifications contained in Attachment 1. (X) The offeror shall submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (OCT 2016), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov If an offeror has not completed the annual representations and certifications electronically at SAM, the offeror shall complete only paragraphs (c) through (q) of this provision. Note to Offerors: Offerors must have an approved or pending registration at https://www.sam.gov/index.html to be eligible for award. The Government reserves the right to award to the next low offer if the lowest offer does not have an active or pending registration by the date and time specified in Block 13 of the solicitation. (XI) The clause at FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (MAY 2015), applies to this acquisition. (XII) The clause at FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (NOV 2016) applies to this acquisition. The following clauses under subparagraph (b) apply: [X] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). [X] (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). [X] (8) 52.209-6, Protecting the Government ¿s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). [X] (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). [X] (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). [X] (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). [X] (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (26) 52.222-19, Child Labor ¿Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). [X] (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). [X] (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). [X] (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). [X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). [X] (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). [X] (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). [X] (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [X] (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). [X] (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). [X] (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). [X] (47) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). [X](50) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O. ¿s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [X] (56) 52.232-33, Payment by Electronic Funds Transfer ¿ System for Award Management (Jul 2013) (31 U.S.C. 3332). (XIII) The following clauses and provisions are also applicable to this acquisition: 52.252-2 Clauses Incorporated by Reference (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(s): http://farsite.hill.af.mil/ The clauses are incorporated by reference, and their terms and conditions apply: 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. (APR 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper. (MAY 2011) 52.204-13 System for Award Management Maintenance. (OCT 2016) 52.204-18 Commercial and Government Entity Code Maintenance. (JUL 2016) 52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. (NOV 2015) 52.225-8 Duty-Free Entry. (OCT 2010) 52.232-39 Unenforceability of Unauthorized Obligations. (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) 52.247-34 F.o.b. Destination. (NOV 1991) Refer to Attachment 1 for all additional applicable clauses in Full-Text. The provisions are incorporated by reference, and their terms and conditions apply: 52.252-1 - Solicitation Provisions Incorporated by Reference. (FEB 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ 52.204-7 System for Award Management. (OCT 2016) 52.204-16 Commercial and Government Entity Code Reporting. (JUL 2016) 52.204-17 Ownership or Control of Offeror. (JUL 2016) 52.209-2 Prohibition on Contracting With Inverted Domestic Corporations-Representation. (NOV 2015) 52.214-34 Submission of Offers in the English Language. (APR 1991) 52.214-35 Submission of Offers in U.S. Currency. (APR 1991) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (OCT 2015) Refer to Attachment 1 for all additional applicable provisions in Full Text. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Electronic Submission of Offers ¿ Required - Quotations is required to be received no later than 2:30 p.m. Mountain Standard Time (MST) on December 23, 2016. Only electronic quotes will be accepted. Quotations shall be submitted by e-mail to ldhayes@usgs.gov. DO NOT SUBMIT YOUR QUOTE THROUGH FEDCONNECT. (XVI) Questions regarding this solicitation should be directed to Lisa D. Hayes at (303) 236-9327 and/or ldhayes@usgs.gov. NOTE: Please see detailed information and all attachments including this Announcement to this Solicitation G17PS00097 at https://www.fedconnect.net/FedConnect/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G17PS00097/listing.html)
 
Record
SN04349180-W 20161214/161212234311-d04563280e9b5fb33cee29d45f1a8d9c (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.