Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2017 FBO #5866
SOLICITATION NOTICE

A -- Gasmet Technologies - PR 17583 Quote Request - PR 17583 SSJ

Notice Date
12/13/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
17583(2)
 
Archive Date
1/2/2018
 
Point of Contact
Angelo D. Hubbard, Phone: 404642025
 
E-Mail Address
kwq8@cdc.gov
(kwq8@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
Justification for Sole Source Quote Request This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. The solicitation number for this requirement is 2017-10463b and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. The Centers for Disease Control and Prevention intends to award a firm-fixed-price contract for the following requirement, please either fill in the dollar amounts or provide a separate excel spreadsheet containing the same information including a list of line item number(s) and items, quantities, units of measure, and options, if applicable: CLIN 0001: Total Price Gasmet Model DX4040 Portable FTIR Multi-component Gas Analyzer. $44,476.00 Complete as follows: • Giccor interferometer with 8 cm' resolution, electrically cooled MCTP (Peltier) detector • 9.8 meter optical path length gas cell, non-heated (volume 0.5 liters) • Polyurethane plastic, tough and chemical resistant enclosure with integrated carrying harness and shoulder strap • Internal Sample pump w/6m (20ft) Tygon® sample line and probe w/particulate filter • NAUTIZ X7 PDA with Calcmet Lite v2.0 Software, 3G/HSDPA and Wlan networking, Built-in Camera and GPS, Stylus, Carry Pouch, Battery Charger, USB Cable • 115VAC Power pack and Lithium Ion rechargeable battery • Operations & Maintenance manual • Gas Application Library - Supplied pre-programmed to measure 25 lases: (5 preset gases as follows: Carbon Dioxide (CO2) 0 - 2000 ppm Methane (CH4) 0 - 100 ppm Nitrous Oxide (N2O) 0 - 100 ppm Water Vapour (H2O) 0 - 3% (v/v) Gas-Lib-402 + 20 user-selectable gases as chosen from Gasmet Reference Library CLIN 0002: Total Price Gas-Ref-001 $565.00 Category 1: Low range Nitrous Oxide gas calibration: 0-5ppm. CLIN 0003: Total Price Freight $700.00 Your quote shall include the following: Total Price for CLIN 0001, CLIN 0002, and CLIN 00003 Delivery Date: On or Before 02/19/2018 Delivery Address: JHY Charm SOO NIOSH/HELD/EAB Centers for Disease Control and Prevention 1095 Willowdale Road #4020 Morgantown, West Virginia, 26505 Acceptance and FOB point The quote format is at the discretion of the offeror. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-95 (Jan 19, 2017). This acquisition is full and open under North American Industry Classification System (NAICS) code 334516 and full and open small business size standard 1,000 employees. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the System for Award Management. To register apply via the Internet at http://www.sam.gov. For questions on registration contact Federal Service Desk at 866-606-8220. Include FAR 52.212-3, Offeror Representations and Certifications with Offer or indicate if it is available online at SAM.gov. SOLICITATION PROVISIONS This contract incorporates one or more 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. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/ http://farsite.hill.af.mil FAR SOURCE TITLE AND DATE 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015) 52.209-5 Certification Regarding Responsibility Matters (Oct 2015) 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2015) 52.212-3 Offeror Representations and Certifications -- Commercial Items (Nov 2015) 52.204-7 System for Award Management 52.212-2 -- Evaluation -- Commercial Items. (Jan. 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The award will be made on the basis of the lowest evaluated price technically acceptable (LPTA) offer. Brand name Required - See attached Limited Source Justification No telephonic quotes will be processed. All responses must be received no later than 3:00 P.M., Eastern Standard Time on November 21, 2017. Please send any questions and quotes to Mr. Angelo D. Hubbard at kwq8@cdc.gov. Attachments: 1. Request for Quote 2. Justification For Sole Source Procurement
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/17583(2)/listing.html)
 
Place of Performance
Address: JHY Charm SOO, NIOSH/HELD/EAB, Centers for Disease Control and Prevention, 1095 Willowdale Rd., #4020, Morgantown, West Virginia, 26505, United States
Zip Code: 26505
 
Record
SN04765973-W 20171215/171213231405-a23cfcb7d53d27ee2ec2d2dadbb50ce0 (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.