Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
SOLICITATION NOTICE

66 -- All-in-One Oil Analysis Machine - Specifications

Notice Date
3/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Michigan, Joint Forces Readiness Center-Building 30, 3423 North Martin Luther King Jr. BLVD., Lansing, Michigan, 48906-2934, United States
 
ZIP Code
48906-2934
 
Solicitation Number
W912JB-18-Q-0019
 
Point of Contact
Bonnie L. Reineer, Phone: 5174817844
 
E-Mail Address
bonnie.l.reineer.civ@mail.mil
(bonnie.l.reineer.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
specifications of requirements 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 solicitation number is W912JB-18-Q-0019. This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. This requirement is 100% set-aside for small business. The associated NAICS code is 334513 and small business size standard is 750 employees. This is a firm fixed price requirement for supply of a complete system, fully automated integrated testing system of oil analysis similar to the MicroLab 40 from Spectro Scientific. CLIN Item Qty U/M 0001 MicroLab OAP 1 ea The Michigan National Guard requires an all-in-one analysis machine per the attached specifications. The Government intends to award to the lowest priced small business that meets all the technical specifications listed in the attached documentation. Inspection and acceptance will be at Lansing, Michigan. Delivery will be 60 days after the award date. APPLICABLE PROVISIONS AND CLAUSES The following clauses will be included in the award (details can be located on http://farsite.hill.af.mil): FAR: 52.203-19 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-18 Commercial and Government Entity Code Maintenance 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 52.222-36 Equal Opportunity for Workers with Disabilities DFARS: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support Contractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea QUOTATION PREPARATION INSTRUCTIONS: (1)Contact/Company Information point-of-contact name, address, e-mail, phone number CAGE code and DUNS number The contracting officer is not responsible for locating or obtaining any information not identified in the quote. (2)Pricing Price quotes must be firm-fixed price. Price quotes must include unit prices and extended amounts for each line item (i.e., multiply the unit price and quantity for each line item). Include the total price (i.e., sum of all extended amounts) in the price quote. Include delivery terms, any discounts, and payment terms (e.g., Net 30) with the price quote. (3) Technical information/descriptive literature. Quoters must submit technical information (descriptive literature/specifications) that adequately demonstrates their quote meets the salient characteristics requirement in contract line item (CLIN) 0001 of this solicitation. A general statement of compliance or restatement of the salient characteristics is insufficient. Ensure the descriptive literature addresses each salient characteristic listed. Descriptive literature information such as illustrations, drawings, or a clear reference, such as a web site information should be readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote and literature. The Government may not consider quotes that fail to include all of the information requested in this solicitation. Offers are due at 4:30 pm, Eastern Time on 30 March 2018. Email quotes directly to bonnie.l.reineer.civ@mail.mil. Questions are due by 4:30 pm, Eastern Time, 27 March 2018, and must be submitted via email. Questions will not be answered via telephone. It is the vendor's responsibility to monitor this site for any amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20/W912JB-18-Q-0019/listing.html)
 
Place of Performance
Address: 3423 N MLK JR BLVD, LANSING, Michigan, 48906, United States
Zip Code: 48906
 
Record
SN04851181-W 20180314/180312231329-78552527ab199decdbc7505953300e03 (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.