Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2017 FBO #5665
SOLICITATION NOTICE

66 -- Mettler Toledo Floor Scale System, Brand Name or Equal - Combo Synopsis and Solicitation

Notice Date
5/26/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333997 — Scale and Balance Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-17-T-0258
 
Archive Date
6/17/2017
 
Point of Contact
Lisa D. Walters, Phone: 3016193451
 
E-Mail Address
lisa.d.walters13.civ@mail.mil
(lisa.d.walters13.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
***Please email me for a copy of the Combo S&S No. W81XWH-17-T-0258 as it will not upload into FBO.*** 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 combined synopsis/solicitation number is: W81XWH-17-T-0258 and is being issued under Request For Quote (RFQ) LW7145. This is a notice that this action is unrestricted. The PSC Code is 6670 and the North American Industry Classification System (NAICS) code is 333997 (size standard 500 Employees). The following action is to be completed by the U.S. Army Medical Research Acquisition Activity (USAMRAA) in support of U.S. Army Institute of Surgical Research (USAISR) for One Mettler Toledo Floor Scale System, Brand Name or Equal Salient Characteristics found in this solicitation and Request For Quote (RFQ) attachment. This announcement constitutes the solicitation by USAMRAA, Fort Detrick, MD as an RFQ and offers must be submitted in writing (oral offers will not be accepted). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Numbers 2005-94 and 2005-95, which are effective 19 January 2017. Unless otherwise specified, all Federal Acquisition Regulation (FAR) and other directive material contained in FAC 2005-94 is effective December 20, 2016 except for Items I and II, which are effective January 19, 2017. Unless otherwise specified, all Federal Acquisition Regulation (FAR) and other directive material contained in FAC 2005-95 is effective January 13, 2017 except for Item III, which is effective January 19, 2017. DESCRIPTION: This requirement is for One Mettler Toledo Floor Scale System, Brand Name or Equal Salient Characteristics, for use as part of research support to weigh animals in transport cages that are used in USAISR protocols. See below for the Salient Characteristics. Forms of documentation may include sales pamphlets, product specification sheets, product documents, user guides, catalogs, etc. Salient Characteristics Mettler Toledo Scale System, Brand Name or Equal 1. Weighing Terminal shall be Mettler Toledo Model ICS439 or equivalent. 2. Weighing Terminal shall have LCD liquid crystal graphical display with backlighting and shall attach to Mettler Toledo Floor Scale Model PUA579 or equivalent. 3. Floor Scale shall be Mettler Toledo Model PUA579 or equivalent. 4. Floor Scale shall be able to weigh up to 1000lbs. 5. Floor Scale Capacity shall have a minimum area of 48" x 60". 6. Floor Scale shall have a low profile with a minimum deck height of 2 3/8". 7. Floor Scale shall have rocker foot suspension that automatically aligns for vertical loading. 8. Loading Ramp shall have a smooth stainless steel surface (Mettler Toledo Model PUA579 Ramp or equivalent). 9. Loading Ramp shall be able to attach to Floor Scale. (End of Salient Characteristics) These items are needed for USAISR at San Antonio, TX 78234. Delivery is FOB Destination no later than 3 weeks after date of contract. No hard copies of the solicitation will be issued by this contracting office. All interested parties can view, download and print a copy of the solicitation and any resulting amendments from the following website: https://www.fbo.gov/. In accordance with DFARS 252.204-7004, all contractors wishing to do business with the Department of Defense must be registered in the System for Award Management (SAM) database https://www.sam.gov/portal/public/SAM/. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All proposals will be evaluated based on the documentation provided. Proposals will be evaluated on the basis of Lowest Price-Technically Acceptable (please see the full text of 52.212-2 in the attached documents to this RFQ under the Additional Documentation link below) and any resulting contract shall be issued as a Firm Fixed Price Award. The Government intends to award an order without discussions. Offerors should provide their best, complete proposal upon initial submission. Offerors must be registered and have current and valid SAM and ORCA records before an award can be made to them. The contractor who is chosen for the award shall keep their SAM and ORCA records current and not allow them to expire throughout the period of performance. APPLICABLE PROVISIONS AND CLAUSES FOR COMMERCIAL ITEMS: Please refer to the attached document mentioned above for clauses and provisions incorporated by reference and full text under the Additional Documentation link below. The full text of the referenced FAR and DFARS clauses and provisions may be accessed electronically at http://farsite.hill.af.mil/ POINT OF CONTACT: Lisa Walters, Purchasing Agent Email: lisa.d.walters13.civ@mail.mil All responses to this RFQ shall be emailed to Lisa Walters at lisa.d.walters13.civ@mail.mil and must be received no later than Friday 2 June 2017 at 11:00 AM Eastern Time. This date and time is the final cutoff for your proposal to reach my email. Please allow sufficient time for your proposal to be processed through the Fort Detrick Servers and reach my inbox. All questions in response to this RFQ must be submitted to the email address listed above no later than Tuesday 30 May 2017 at 4:00 PM Eastern Time. No telephonic requests or proposals shall be accepted. Responses shall include the company's name, point of contact, address, phone number, DUNS number, CAGE Code, Tax ID, and RFQ Number. The Proposal shall be submitted using MS Word, MS Excel 2000 or higher or searchable PDF format.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-17-T-0258/listing.html)
 
Place of Performance
Address: USAISR, Loading Dock, Logistics, 3698 Chambers Pass, BLDG 3611, Fort Sam Houston, Texas, 78234, United States
Zip Code: 78234
 
Record
SN04523774-W 20170528/170526234152-12c10991a52e0d6df3b4cd5ffbb2325a (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.