Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2017 FBO #5600
MODIFICATION

66 -- OPTION - Thermal-Ionization Mass Spectrometry (TIMS) system, Installed

Notice Date
3/22/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
Box 25046 MS 204, Denver, CO 80225
 
ZIP Code
80225
 
Solicitation Number
0040292664
 
Response Due
3/27/2017
 
Archive Date
9/23/2017
 
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
N/A
 
Description
AMENDMENT NOTICE: 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. The solicitation number is 0040292664 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 2005-95. 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 unrestricted 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 2017-03-27 17:00:00.0 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, Brand Name or Equal, to the following: Base Period of Performance: 04/03/2017 - 09/30/2019 LI 001: ONE OF THE FOLLOWING THREE BRAND NAME TIMS: Thermo Scientific Triton Plus TIMS equipped in accordance with the attached Thermo Scientific Triton Plus Brand Name Specifications, OR, Isotopx Pheonix TIMS equipped in accordance with the attached Isotopx Pheonix Brand Name Specifications, OR, NU Instruments nu TIMS equipped in accordance with the attached nu TIMS Brand Name Specifications: BRAND NAME OR EQUAL to the attached Brand Name Salient Characteristics. Shall deliver within 180 days after date of award., 1, EA; LI 002: Item 001 installation and training in accordance with the attached Installation and Training Work Statement. Shall perform within 30 days after date of delivery., 1, Job; LI 003: Base Period 2-Year Warranty with Services Package: shall meet or exceed the attached Brand Name Salient Characteristics; shall begin on the date of installation and last for two years., 1, 2-Year Warranty; Option 1 Period of Performance: 10/01/2019 - 09/30/2020 LI 001: Option, 1st Extended Warranty with Services Package: shall meet or exceed the attached Brand Name Salient Characteristics; shall begin on the first date after the Base 2-year Warranty expires, and last for one year. (Period of Performance is estimated), 1, EA; Option 2 Period of Performance: 10/01/2020 - 09/30/2021 LI 001: Option, 2nd Extended Warranty with Services Package: shall meet or exceed the attached Brand Name Salient Characteristics; shall begin on the first date after the Optional 1st Extended Warranty expires, and last for one year. (Period of Performance is estimated), 1, EA; Option 3 Period of Performance: 10/01/2021 - 09/30/2022 LI 001: Option, 2rd Extended Warranty with Services Package: shall meet or exceed the attached Brand Name Salient Characteristics; shall begin on the first date after the Optional 12nd Extended Warranty expires, and last for one year. (Period of Performance is estimated), 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. 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. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. No partial shipments are permitted unless specifically authorized at the time of award. THE SMALL BUSINESS ADMINISTRATION DOES NOT OFFER A NON-MANUFACTURER RULE (NMR) CLASS WAIVER FOR A TIMS SYSTEM. https://www.sba.gov/sites/default/files/articles/NMR%20CLASS%20WAIVER%20LIST-AS%20OF%2001-01-2015_3.pdf The Small Business Act and SBA's regulations impose performance requirements (limitations on subcontracting) on firms that are awarded set-aside contracts. Regulations:15 USC § § 637(a)(14), 644(o); 13 CFR § 125.6; Federal Acquisition Regulation (FAR) § § 52.219-14, 52.219-27. On a supply contract, a firm must perform at least 50% of the cost of manufacturing the supplies (not including the cost of materials). A manufacturer is a concern which, with its own facilities, performs the primary activities in transforming inorganic or organic substances, including the assembly of parts and components, into the end item being acquired. 13 CFR § 121.406(b)(2); FAR § 19.102(f)(1). A concern may qualify a non-manufacturer if it: Does not exceed 500 employees;Is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; and Will supply the end item of a small business manufacturer or processor made in the United States, or obtains a waiver of such requirement. 13 CFR § 121.406(b). The NMR is an exception to the performance requirements, and provides that a firm that is not a manufacturer may qualify as a small business on a supply contract set aside for small business if, among other things, it supplies the product of a small business made in the United States. 15 USC § 637(a)(17); 13 CFR § 121.406. The The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. A seller must have a current registration in the following databases to receive this award: 1. SAM Requirement The USGS requires registration with the System for Award Management prior to receipt of order. Information can be found at www.sam.gov. 2. FEDCONNECT Requirement Awards will be made to vendors registered in the FedConnect database. Vendors may complete registration in FedConnect at https://www.fedconnect.net. 3. IPP Requirement Electronic Invoicing and Payment Requirements - Internet Payment Platform (lPP) (September 2011) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP). "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 the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: A copy of the Contractor ™s internally generated invoice The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. 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 with its proposal or quotation. The selected seller must comply with the attached Clauses and Provisions for 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 attached Clauses and Provisions. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. FAR CLAUSE 52.211-6 BRAND NAME OR EQUAL incorporated by Reference. Manufacturers Information: Thermo Scientific, www.thermofisher.com; Isotopx, www.isotopx.com; and NU Instruments, www.nu-ins.com ___________________________ GS0110BRAND NAME OR EQUAL INSERTS(JULY 2001) Bids including other-than-Brand Name products/services shall include supporting documentation that demonstrates the capabilities of the product/service to meet ALL salient characteristics. To comply with FAR 52.211-6 Please provide the following information about an other than Brand Name product: Line Item Number _______ BIDDING ON/PROPOSING: Manufacturer's Name ___________________________ Address, Phone & Website _______________________________________ Brand or Product Name__________________________ Model Name & No. ______________________________ To be considered for award, all Sellers must be manufacturer/ Federally authorized distributors of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer on the award. Sellers may be required to provide documentation as proof of authorization to be considered for award. (a) In accordance with sections 433 and 434 of Division E of the Consolidated Appropriations Act, 2012 (Pub. L. 112-74), none of the funds made available by the Act may be used to enter into a contract with any corporation that - (1) Was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation, or such officer or agent and made a determination that this further action is not necessary to protect the interests of the Government. (2) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror certifies that - (1) It is not a corporation that was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal law within the preceding 24 months; (2) It is not a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. Award evaluation criteria utilized to evaluate Bids is specified in evaluation factors as follows. This evaluation criteria supersedes the evaluation criteria as stated in above instructions, Evaluation Criteria Basis of Award. In accordance with the attached Basis for Award Trade-off, Bid Packages submitted in response to this FedBid Buy will be evaluated in two steps: Step 1. The technical acceptability of all offers will be determined. To be technically acceptable the seller ™s bid package shall readily demonstrate an ability to meet or exceed the attached Brand Name Salient Characteristics; and Step 2. Bid Packages that pass Step 1 will be further evaluated for Best Value to the Government based upon the following non-price or non-cost factors, which are of equal importance. Factor (A) Past Performance: sellers shall submit not less than two references for instruments sold during the past three years. Each reference shall include: the company or agency name, address, contract or order number, point(s) of contract phone number and email address(es). References provided may be contacted by the Government. Their statements will be used in the evaluation of the offeror ™s quotation. In addition, any information obtained by the Government from references outside of the offeror ™s quotation may also be used, in a similar manner, in the technical evaluation of the offeror ™s quotation to the extent appropriate. Past performance information provided by references, from Government records, or from other than the sources identified by the offeror may be used in the evaluation under any or all applicable evaluation factors. In addition to the foregoing, PIPRS.gov will be used as a source of past performance information in the source selection process, in addition to any other past performance information required under this solicitation. All past performance information will be used for both the responsibility determination and the best value decision. Factor (B) Technical Performance: Sellers must be established in the required business of selling, installing, and warranty servicing TIMS. Sellers must provide a narrative, not to exceed ten (10) pages, describing their capabilities to deliver the goods and perform the services described in the attached Brand Name Salient Characteristics and the attached Installation and Training Work Statement. Options. The government will evaluate bid packages for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option/s.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/0040292664/listing.html)
 
Place of Performance
Address: Denver, CO 80225
Zip Code: 80225
 
Record
SN04443315-W 20170324/170322234238-15776d64277d8ca35d65f09c23d84e51 (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.