Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2019 FBO #6507
SOLICITATION NOTICE

66 -- CamContain Test Carts

Notice Date
9/17/2019
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1880 Kimball Ave, Suite 300, Manhattan, KS 66502
 
ZIP Code
66502
 
Solicitation Number
979760
 
Response Due
9/18/2019
 
Archive Date
3/16/2020
 
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
Total Small Business
 
Description
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 979760 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06. 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 a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-09-18 11:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Manhattan, KS 66502 The USDA Agricultural Research Service requires the following items, Brand Name or Equal, to the following: LI 001: Brand Name or Equal - CamContain CamControl AutoScan Test Cart for Non-Intrusive Testing to include: a.Control Module with Locked Operator Interface, Multiple Security Levels, Event Logging Data-Base, Computer Monitor and Keyboard, Test Data Acquisition and Processing. b.Motion Module with Advanced Scanning Control and Interface for AutoScan Assembly c.Valve Module with Sampling Control, Valve Sequencing and Particle Counter d. Accessory Module that includes Vacuum Pump/Pressure Pump, Aerosol Generator, Cleanup Filter and Ancillary Equipment (Housed in a lockable equipment box with Casters e. Test Cart for all modules (except Accessory Module) in an assembled condition for ease of transport, unit to unit. (includes a 20 Line Set) Please see attached specification document titled "Specifications for Brand Name of Equal". The attachment MUST be filled out, signed, and returned as part of the quote (even if you are providing the brand name). Vendor shall also submit literature/ supporting documentation if providing an "Equal" (in addition to the required specification sheet). Please read the buy term "Technical Evaluation of Quotes (Brand Name or Equal). Failure to submit the required documentation will render quotes nonresponsive, thus ineligible for award., 2, EA; LI 002: Brand Name or Equal - Local Printer Option for CamContain CamControl AutoScan Test Cart a. Local external printer functionality will allow users to print certification labels directly from the CamControl System after testing is complete. This option will be a turnkey solution delivered with the CamControl Systems to the facility. b. Integration and Testing will be performed at the factory to ensure full range of operations prior to shipment of AutoScan Unit to the site. c. Zebra Printer for Production of Labels of a variety of sizes for facility usage. Please see attached specification document titled "Specifications for Brand Name of Equal". The attachment MUST be filled out, signed, and returned as part of the quote (even if you are providing the brand name). Vendor shall also submit literature/ supporting documentation if providing an "Equal" (in addition to the required specification sheet). Please read the buy term "Technical Evaluation of Quotes (Brand Name or Equal). Failure to submit the required documentation will render quotes nonresponsive, thus ineligible for award., 2, EA; LI 003: Brand Name or Equal - 40 Line Set Option (extra Long Line Set) Please see attached specification document titled "Specifications for Brand Name of Equal". The attachment MUST be filled out, signed, and returned as part of the quote (even if you are providing the brand name). Vendor shall also submit literature/ supporting documentation if providing an "Equal" (in addition to the required specification sheet). Please read the buy term "Technical Evaluation of Quotes (Brand Name or Equal). Failure to submit the required documentation will render quotes nonresponsive, thus ineligible for award., 2, EA; LI 004: Brand Name or Equal - ClorDiSys Minidox-M Chlorine Gas Generator System (for Decontamination) Please see attached specification document titled "Specifications for Brand Name of Equal". The attachment MUST be filled out, signed, and returned as part of the quote (even if you are providing the brand name). Vendor shall also submit literature/ supporting documentation if providing an "Equal" (in addition to the required specification sheet). Please read the buy term "Technical Evaluation of Quotes (Brand Name or Equal). Failure to submit the required documentation will render quotes nonresponsive, thus ineligible for award., 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers 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.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USDA Agricultural Research Service intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace 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. USDA Agricultural Research Service 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 Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. In addition to providing pricing at www.FedBid.com for this solicitation, each offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) through FedBid so that they are received no later than the closing date and time for this solicitation. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. All of the buy terms apply to this solicitation. The following Combined Synopsis/ Solicitation is a Request for Quote (RFQ)competed IAW FAR PART 13, Simplified Acquisition Procedures; FAR PART 12, Commercial Items. Quotes failing to met all the terms and conditions of this solicitation; to include buy terms, line item descriptions, and attachments, may not be evaluated for award. One (1) firm-fixed price (FFP) contract will be awarded as a result of this solicitation. Any reference to the term bid in this solicitation is used synonymously with the word quote. Please see FAR 13.004-Legal effect of quotations. Far Clause 52.219-6 and 52.219-6 Alternate 1 Notice of total Small Business Set Aside Alternate 1 is applicable when the SBA waived the non-manufacturer rule. See current Class Waivers at http://www.sba.gov/content/class-waivers. Interested Offerors should submit any questions concerning the solicitation at the earliest time possible to enable the Government to respond. Questions shall be submitted by using the 'Submit a Question' button. Questions not received prior to the close of this solicitation may not be considered. The applicable NAICS code for this procurement is 334516 with the related size standard of 1000 employees. The Offeror shall be actively registered with that NAICS or a similar NAICS with the appropriate size standard prior to Award to be considered for any resulting contract. Failure to be properly registered under the appropriate size standard during evaluation and/or at the time of award deems the offer ineligible for award. A similar NAICS Code with the appropriate size standard other than the NAICS Code identified in this buy term may be used as a factor to determine technical capability. (Size standards do not apply to unrestricted set-aside solicitation/RFQ). Quote shall be good for 30 calendar days from the date of the quote submission. IAW with FAR 52.212-2 Evaluation -- Commercial Items. The Government will award a firm fixed price 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 following factors shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA), evaluation method. Technically Acceptable is defined as: 1) Meeting all requirements as defined in the solicitation 2) Acceptable rating in Technical Capability 3) Acceptable rating in Past Performance . To achieve an Acceptable rating for Technical Capability the offeror must complete the attached Specifications for Brand Name of Equal document. The document must clearly show that the offeror is providing the brand name exact match, or if providing an equal the exact specifications of the equal being offered. Additionally, if providing an equal, the offeror must provide the required supporting literature and documentation as defined in FAR 52.211-6. Past performance will be evaluated in accordance with FAR 13.106-2. Past Performance will be rated on an acceptable or unacceptable basis. The apparent successful, prospective contractor must have acceptable past performance. System for Award Management (SAM.gov) exclusions list, Federal Awardee Performance and Integrity Information System, and Unison Alert comments, shall be considered as part of the past performance evaluation process. Any contractor with past performance less than satisfactory will be rated as unacceptable . Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, unknown shall be considered acceptable. Quotes shall be ranked in order of lowest price to highest price. The lowest priced offer that is Technically Acceptable will be selected for award If an item in this solicitation is identified as a brand name or "equal",a the purchase description reflects brand name as well as the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation; clearly identify the item by brand name and make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make to a product to in order for the product to conform to the solicitation requirements. Mark any descriptive changes to clearly show the modification. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. Offeror attachments (shall be returned as part of your quote). In addition to providing pricing, Offeror shall include certain non-pricing information as attached document(s) to their quote, so they are received no later than the closing date and time of this solicitation. Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. Pricing will not be accepted if it is included in the attachment(s). An Offeror's failure to comply with these terms may result in the quote being determined incomplete. The incomplete quote will be considered not in conformance with the solicitation will be and shall not be evaluated. Delivery shall be made within the specified number of days after receipt of order (ARO). The Offeror shall provide within its offer the number of days required to make delivery after it receives a contract from the Government. The Contractor shall NOT make partial line item shipments against any resulting contract issued as a result of this solicitation unless otherwise specified within the quote submitted. Unison is NOT a forum for filing protests against the Government. Attempts to file protests through unison will not be considered legitimate as they do not conform to the requirements in the Federal Acquisition Regulation (FAR). It is preferable that protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. To be timely, protests shall be filed within the periods specified in FAR 33.10. 1) All agency-level protests should be sent to the Contracting Officer for resolution. IAW 52.212-1(g Contract award (not applicable to Invitation for Bids) The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Under FAR Part 12 Streamlined Procedures for Commercial Acquisitions, a debrief is notrequired. The Government will not offer a debrief for this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2f5bfe987cb5995f25f0728b1ecf0767)
 
Place of Performance
Address: Manhattan, KS 66502
Zip Code: 66502
 
Record
SN05447589-W 20190919/190917231017-2f5bfe987cb5995f25f0728b1ecf0767 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.