Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2005 FBO #1193
SOLICITATION NOTICE

66 -- Calibration and maintenance and repairs of 4 YSI Model 6920 Multi-Parameter water quality monitors.

Notice Date
3/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-05-T-0020
 
Response Due
3/9/2005
 
Archive Date
5/8/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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. Solicitation number W9127Q-05-T-0020 is issued as a Request for Quote. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 01-24. This solicitation is 100% set aside for small business. NAICS for determination of size status is 334516, Small Business Standard is 500 employees. CLIN 0001, Quantity, 12 months, Calibration of 4 YSI Inc., Model 6920 Multi-parameter water quality monito rs outfitted with temp., specific conductance, vented level wiped turbidity by factory authorized and trained field technician. Must download and submit data to the Mississippi Army National Guard and the University of Southern Mississippi within 10 days of visit. This testing/calibration will be conducted at Camp Shelby, located South of Hattiesburg, MS. Services shall begin upon award of contract and continue for 12 months; testing will occur once a month. CLIN 0002, 1 Year, for maintenance and repai r of 4 YSI Model 6920 Multi-Parameter water quality monitors. Proposal shall include a published price list of parts and hourly labor rates. The successful contractor will invoice the Government only when maintenance and repairs are made based on parts r equired and hours actually worked. CLIN 0003, Option Year for CLIN 0001 and CLIN 0004, Option Year for CLIN 0002. Point of Contact at NGMS-FMO-E for more information is Ms. Jenny Smith at (601) 313-6145. Contractor will be required to provide upon request by the Government references to demonstrate capability to perform the requested services. The following clauses apply. FAR 52.212-1, Instructions to Offerors; FAR 52.212-2, Evaluation of Offers, FAR 52-212-4, Contract Terms and Conditions-Commercial It ems; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, the following provisions apply, 52.222-3, Convict Labor, 52.222-19, Child Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportu nity, 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36, Affirmative Action for Workers with Disabilities of the Vietnam Era, 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.232-33, Payment by Electronic Funds Transfer  Central Contractor Registration, 52.232-36, Payment by Third Party; 52.219-14, Limitation on Subcontracting. Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certification s Commercial Items. APPLICABLE DFARS CLAUSES are 252.204-7004, Required Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisition of Commercial Item s; the following provisions apply 252.225-7001 Buy American Act and Balance of Payments Program and 252.225-7012, Preference for Certain Domestic Commodities. Full text of these provisions may be accessed on-line at http://www.arnet.gov . This announcem ent is the solicitation. Evaluation criteria will be based on technical capability of the items offered to meet the Government requirements, past performance and price. Due to the urgent need of this requirement, the proposal is due no later than 12:00 P. M. March 9, 2005, to USPFO-MS-PC, Attn: Gloria Jones, 144 Military Drive, Jackson, MS 39232-8860. Proposals may be emailed to gloria.jones5@ms.ngb.army.mil or faxed to 601-313-1569 (email is the preferable method). CCR is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract. To register on line go to http://www.ccr.gov/. The Contract ing Offices web site is located at http://www.ngms.state.ms.us/uspfo/.
 
Place of Performance
Address: Camp Shelby Lee Avenue Camp Shelby MS
Zip Code: 39407-5500
Country: US
 
Record
SN00760324-W 20050303/050301212130 (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.