Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2004 FBO #1000
MODIFICATION

66 -- Dual Channel Auto Analyzer

Notice Date
8/20/2004
 
Notice Type
Modification
 
Contracting Office
Environmental Protection Agency, Remedial & Program Support Contract Unit, 61 Forsyth Street, Sw, Atlanta, GA 30303
 
ZIP Code
30303
 
Solicitation Number
RFQ-GA-04-00054
 
Response Due
8/30/2004
 
Archive Date
9/30/2004
 
Point of Contact
Point of Contact, Janice Spady, Purchasing Agent, Phone (404) 562-8382
 
E-Mail Address
Email your questions to U.S. Environmental Protection Agency
(Spady.Janice@epa.gov)
 
Description
NAICS Code: 334516 The purpose of this amendment is to change solicitation number RFQ-GA-04-00054 from a sole source basis to 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. ENVIRONMENTAL PROTECTION AGENCY (EPA) WILL NOT issue a purchase order on a sole source basis to SEALS ANALYTICAL, INC, 1492 W MEQUON ROAD, MEQUON, WI 53092-3226. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. THE SOLICITATION NUMBER IS RFQ-GA-04-00054 AND IS BEING ISSUED AS A REQUEST FOR QUOTATION (RFQ). This acquisition is 100% set aside for small business. The Northern American Industry Classification System (NAICS) is 334516 with a small business size standard of 500 employees. EPA intends to purchase one (1) Dual Channel Auto Analyzer. Specific specifications are as follows: 1) segmented continuous-flow analyzer 2) compact sampler must include xyz auto sampler; dual multi test manifolds, pump, 3) detector fully interfaced workstation; monitor, printer, CDRW for data transfer, and training for two users. FOB Point: Destination, price must include shipping. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. RFQ should be submitted and shall contain the following information: RFQ NUMBER; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY, AND TOTAL PRICE; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMEMDMENTS (if applicable). Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the price in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: RFQ or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. The government anticipates award using simplified acquisition procedures of a contract resulting from this solicitation notice to the responsive/responsible offeror whose offer conforms to the solicitation notice and is most price advantageous to the government. All offerors MUST BE IN THE CENTRAL CONTRACTOR REGISTERED (CCR) database. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR clauses may be viewed in full text via the Internet at http://www.arnet.gov/far Federal Acquisition Regulation Table of Contents. The provision at 52.212-1, Instructions to Offerors---Commercial Items applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52-212-3, Offeror Representations and Certifications ? Commercial Items. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. AR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: 52.204-3 Taxpayer Identification; 52.213-3, Notice to Supplier; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-19, Child Labor? Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Rreports on Special Disable Veterans and Veterans of the Vietnam Era and Other Eligible Veterans; 52.225-1, Buy American Act? North America Free Trade Agreement ? Israeli Trade Act, Alternate I; 52.232-,1 Payments; 52.232-25, Prompt Payments; 52.232-33, Payment by Electronic Funds Transfer- Other than Central Contractor Registration; 52.233-1, Disputes; 52.294-4, Termination for Convenience of the Government; The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's right under the Inspection clause nor does it limit the Government's with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. Responses are due August 30, 2004, at U.S. EPA, Procurement Section 14th Floor, 61 Forsyth Street, Atlanta, GA 30303, ATTN: Janice Spady. All responsible offerors may submit a quote which will be considered.
 
Record
SN00648770-W 20040822/040820213124 (fbodaily.com)
 
Source
FedBizOpps.gov 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.