Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2009 FBO #2857
SOLICITATION NOTICE

42 -- Hazardous Material Infrared Detector

Notice Date
9/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
USPFO for South Dakota, 2823 West Main Street, Rapid City, SD 57702-8186
 
ZIP Code
57702-8186
 
Solicitation Number
W912MM-09-CST-0002
 
Response Due
9/24/2009
 
Archive Date
11/23/2009
 
Point of Contact
Lorissa Wetzler, 605-737-6004
 
E-Mail Address
USPFO for South Dakota
(lorissa.wetzler@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Bids are being requested and a written solicitation will not be issued. The solicitation number is W912MM-09-CST-0002 and is issued as a request for quote (RFQ), unless otherwise indicated herein. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size of 500 employees. This requirement is a Small Business set aside and only qualified Offerors may submit bids. In the event that adequate response to fill requirements is not received from small business firm(s), large business firms may be considered for the award. The solicitation pricing on FedBizOps will start on the date this solicitation is posted and will end on 24 September 2009 4:00 pm MT or as otherwise displayed on FedBizOps. The South Dakota Army National (SDARNG) has a requirement for a Hazardous Material Infrared Detector. The detector will be utilized for on-site analysis in a mobile analytical laboratory (ALS) to detect the presence of toxic chemical agents. Item descriptions and manufacturer reference information provided for the requested Infrared detector is provided to identify a desired standard of performance and quality. A standard level of quality would be comparable to a Travel IR II Portable Chemical Identifier. This reference shall not be construed as limiting competition. Items quoted must be equal to or better than whats identified. Please provide product descriptive literature / information or a website for any quoted equipment. Products quoted are required to meet minimum specifications as listed below: 1.Weigh less that 25 pounds 2.No user calibration 3.Rugged construction for harsh environments 4.Extensive WMD Library (Weapon of Mass Destruction) 5.Detection identification in approximately 30 seconds 6.Capability to detect unknown solids, liquids, pastes, chemicals, and powders 7.portable, size dimensions approximately 7x15x14 Items quoted must be equal to or better than whats identified. Offerors are REQUIRED to meet MINIMUM SPECIFICATIONS. If specifications do not meet minimum requirements, bids may be determined nonresponsive. Evaluations will be conducted on technical and price related factors. Technical specifications are significantly more important than price factor. Award shall be made as determined to be in the best interest of the government. Offers are due by 4:00pm MT on Thursday September 24, 2009. Quotes must be submitted via email to Lorissa Wetzler, lorissa.wetzler@us.army.mil or via fax to (605) 737-6752. Submit your questions in writing to Lorissa Wetzler. Only questions submitted in writing will be answered. Offer must be valid through 15 November 2009. FAR 52.232-18, Availability of Funds (April 1984) is applicable to this award as Fiscal Year 2010 funds presently are NOT available. Desired Delivery: 45 days or less after receipt of order (ARO). Request prices for FOB destination. FOB point: 2823 W. Main Street Rapid City, SD 57702. No partial shipments are authorized unless specifically authorized at the time of award. CCR: Contractor must be registered on Central Contractor Registration (CCR) before an award could be made to them. If the contractor is not registered in CCR, they may do so by going to CCR website at http://www.ccr.gov. 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. 52.212-5, Contract Terms and Conditions required to implement Statutes or Executive Orders Commercial Items. The following FAR Clauses are incorporated by reference: 52.204-7, Central Contractor Registration; 52.219-6, Notice of Small Business Set Aside; 52-249-1, Termination for the Convenience of the Government (Fixed Price) (Short Form); 52.249-8 Termination for Default; 52.233-3, Protest After Award; 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003, Item Identification and Valuation; 52.252-2, Clauses Incorporated by Reference (http://farsite.hill.af.mil). A full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA39/W912MM-09-CST-0002/listing.html)
 
Place of Performance
Address: USPFO for South Dakota 2823 West Main Street, Rapid City SD
Zip Code: 57702-8186
 
Record
SN01961604-W 20090920/090919001328-fdc4c1014ebc7375f52192fc93a577d9 (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.