Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
SOLICITATION NOTICE

66 -- Bio Safety Cabinet - GLOVEBOX

Notice Date
7/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK07T0616
 
Response Due
7/24/2007
 
Archive Date
9/22/2007
 
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; quotes are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Quotes (RFQ). The combined synopsis/solicitation number is W91ZLK-07-T-0616. THIS SOLICITATION IS A 100% TOTAL SMALL BUSINESS SET ASIDE. This solici tation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-16. The associated North America Industry Classification System (NAICS) Code is 339111 and the Business Size Standard is 500. NOTE: This procurement award will be based on the following two conditions: (1) Lowest Price Technically Acceptable (LPTA) quotes received by the closing date and time (EST) and (2) Time Factor - Guaranteed Delivery Date on or before 9/1/07. NOTE: There are o nly THREE (3) ACCEPTABLE MANUFACTURERS for this procurement as follows: (1) The Baker Company (Sanford, ME); (2) NuAire (Plymouth, MN); and (3) Labconco Corporation (Kansas City, MO). The Ship to address will be: U.S. Army ECBC, Building E3942 Beach Poin t Road, APG, MD 21010. Acceptance shall be at Destination. Please contact the POC listed below if you have further questions or need a copy of the drawing. The contractor shall provide a quote based on the following items: (1) Bio Safety Cabinet, Class III Glove Box, EQ 01/EQ 12, See Drawing Below, Qty: 2; (2) Bio Safety Cabinet, Class III Glove Box, EQ 22, See Drawing Below, Qty: 1; (3) Laminar Airflow Biol ogical Safety Cabinet, Class II Type B2 - Performance requirements must meet NSF/ANSI 49:2002 standards, QTY: 2; (4) Class I Centrifuge Cabinet, QTY: 1. In accordance with FAR 52.212-2 Evaluation  Commercial Items (Jan 1999), the contract will be awarded based on the following two conditions: (1) Lowest Price Technically Acceptable (LPTA) quotes received by the closing date and time (EST) and (2) Time Fac tor - Guaranteed Delivery Date on or before 9/1/07. The technical evaluation will be a determination as to equality of the product and shall be based on information furnished by the vendor. The Government is not responsible for locating or securing any in formation, which is not identified in the quotation. To ensure sufficient information is available, vendors are requested to provide descriptive material such as illustrations, drawings, or other information necessary for the Government to determine whethe r the product meets the salient characteristics of the requirement. The Government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the Government, price, delivery time, and other factors consi dered. The following clauses will be incorporated by reference. 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment. 52.212-4 Contract Terms and Conditions Commercial Items, 52.223-11 Oz one-Depleting Substances, 52-247-34 F.O.B. Destination. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition The government will award a contract to the offeror whose offer conforms to this solicitation and will be mo st advantageous to the government. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and DFAR 252.212-70 00, Offeror Representation and Certification with its offer. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, FAR 52.219-6 Notice Of Total Small Business Set-Aside; FAR 52.219-8; Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies ; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-36 Affirmative Action For Workers wit h Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; DFAR 252.21 2-7001 Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items. The following additional DFAR clauses cited in the clause 252.212-7001 are applicable: 52.203-3 Gratuities, 252. 225-7001 Buy America and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7015 Preference for Domestic Hand or Measuring Tools , 252.232-7003 Electronic Submission of Payment Requests. The full text of the FAR r eferences may be accessed electronically at this address: http://farsite.hill.af.mil, and http://www.acquisition.gov/comp/far/index.html. Responses to this RFQ must be signed, dated, and received via electronic mail or fax by July 24, 2007 no later than 06:00 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Tanya Peel), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this soli citation contact Tanya Peel, Contract Specialist via fax (410)306-3890, or via email tanya.peel@us.army.mil.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN01345643-W 20070720/070718221923 (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.