MODIFICATION
66 -- Window Door Lab Blenders
- Notice Date
- 3/10/2008
- Notice Type
- Modification
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Agriculture, Food Safety and Inspection Service, Procurement Management Branch, 5601 Sunnyside Avenue, Mail drop 5230, Beltsville, MD, 20705, UNITED STATES
- ZIP Code
- 20705
- Solicitation Number
- FSIS-05-B-08
- Response Due
- 3/20/2008
- Archive Date
- 4/4/2008
- Point of Contact
- Kathy Richardson, Contracting Officer, Phone 301-504-4215, Fax 301-504-4276
- E-Mail Address
-
Kathy.Richardson@fsis.usda.gov
- Small Business Set-Aside
- Total Small Business
- Description
- Purpose of this Amendment is to correct the Response Due Date. Response Due Date for Quotes is March 20, 2008, no later than 2:00 PM Eastern Standard Time. USDA, Food Safety and Inspection Services (FSIS) has a requirement for six (6) Jumbo Lab Blenders and two (2) Small Lab Blenders with an Option to purchase up to an additional four (4) more Jumbo Lab Blenders before September 30, 2008. The lab blenders shall meet the following specifications: Shall be constructed of a rigid; non-corrosive material such as stainless steel; shall have the capacity to use a bag that will hold 3000ml of liquid for the Jumbo Lab Blender and 400ml of liquid for the Small Lab Blender; shall have an automated timer; shall have a leak tight door; and shall have a window in the front panel to monitor preparation. This equipment is used to prepare samples for analysis according to official Agency methods. This notice 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. This announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effective through the Federal Acquisition Circular (FAC) 2005-24. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 334516/500 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Location of where equipment is to be delivered is St. Louis, MO. Delivery is required within 30 days after contract award. Delivery shall be FOB Destination. Offers for the items(s) described above are due by March 20, 2008, no later than 2:00 PM Eastern Standard Time, to USDA, FSIS, Administrative Services Division, ATTN: Kathy Richardson, 5601 Sunnyside Avenue, Maildrop 5230, Room 2-L182B, Beltsville, MD 20705-5230 and must include, solicitation number, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), cage code, DUNS Number, identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (NOV 2007), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled Buy American Act -- Supplies, the offeror shall so state and shall list the country of origin. FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items, FAR 52.217-5 (JULY 1990) Evaluation of Options, and 52.217-6 (MAR 1989) Option for Increased Quantity [insert: date of contract award thru September 30, 2008] is applicable. FAR 52.212-5 (DEC 2007), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.219-6, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.222-50, FAR 52.225-1, FAR 52.225-13, and FAR 52.232-33. The FAR may be obtained via the Internet at http://www.acqnet.gov/far/loadmainre.html. All contractual and technical questions must be in writing (e-mail or fax) to Kathy Richardson not later than March 12, 2008. E-mail address is Kathy.Richardson@fsis.usda.gov . Fax number is 301-504-4276. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. If offerors are not registered via the ORCA website at http://orca.bpn.gov, offerors shall complete and return a copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These representations and certifications will be incorporated by reference in any resultant contract. It is the offeror's responsibility to monitor the internet site for the release of solicitation amendments (if any). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USDA/FSIS/AAS/FSIS-05-B-08/listing.html)
- Place of Performance
- Address: St. Louis, MO
- Zip Code: 63120-0005
- Country: UNITED STATES
- Zip Code: 63120-0005
- Record
- SN01528778-F 20080312/080310230204 (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 |