Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2010 FBO #3077
SOLICITATION NOTICE

36 -- Mass Spectrometer - Mass Spectrometer Specifications

Notice Date
4/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Assisted Acquisitions Services (WQA), 301 7th St SW Rm 6109, Washington, District of Columbia, 20407, United States
 
ZIP Code
20407
 
Solicitation Number
NC610009033
 
Archive Date
5/29/2010
 
Point of Contact
Stephanie A Kelly, Phone: 2027087408, Wendy J Wallace, Phone: 2027084613
 
E-Mail Address
stephanie.kelly@gsa.gov, wendy.wallace@gsa.gov
(stephanie.kelly@gsa.gov, wendy.wallace@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Mass Spectrometer Specifications This combined synopsis/solicitation is prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6 ( http://www.arnet.gov/far/current/html/Subpart 12_6.html#wp1088488) in conjunction with the policies and procedures for solicitation, evaluation and award prescribed under FAR Part 13 - Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. This announcement constitutes the only solicitation that will be released. A Quote from vendors in this business area is being requested and a written solicitation will not be issued. All amendments and any other official communications, if any, from the agency regarding this solicitation will be distributed via https://www.fbo.gov or by a means that provides access to the notice of proposed contract action through the Government-wide point of entry. NC610009033 is issued as a request for quote. All responsible sources may submit an offer which will be considered by this agency. A firm- fixed price is anticipated from this solicitation. The U.S. Consumer Product Safety Commission (CSPC) is charged with protecting the public from unreasonable risks of serious death or injury from thousands of types of consumer products under the agency's jurisdiction. The CSPC is committed to protecting consumers and families from products that pose a fire, electrical, chemical, or mechanical hazard or can injure children. The CSPC has a requirement for a Mass Spectrometer. This is an analytical tool that can determine the elemental composition of a sample or molecule. The mass spectrometer is an instrument that can measure the masses and relative concentrations of atoms and molecules. It makes use of the basic magnetic force on a moving charged particle. The provision at 52.121-1, Instructions to Offerors- Commercial applies to this acquisition. Award of this solicitation shall be made to the low priced technically acceptable offeror. In order to be considered acceptable, the offeror must meet the requirements set forth above. An offeror must quote on all items in this solicitation to be eligible for award. The Government will award on all basis. Evaluation of offers will based upon the total price quoted for all items. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. All offers shall include a completed copy of the provision at 52.121-4, Contract Offeror Representations and Certifications - commercial items, with its offer. The clause at 52.212.4, Contract Terms and Conditions -Commercial items, applies to this acquisition. The clause at 52.212-5, contract terms and Conditions Required to implement Statues of Executive Orders- commercial items, applies to the acquisition with the following additional FAR clauses 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I, and 52.225-13, Restrictions on Certain Foreign Purchases. 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) ( http://acquisition.gov/far/current/ html/52_212_213.html) applies to this RFQ. - Provision 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (AUG 2009) applies to this solicitation. Vendors shall complete the on-line representations and certifications at http://orca.bpn.gov prior to the closing date and before submitting a quote in response to this solicitation. - Clause 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (MAR 2009) is hereby incorporated. The following clauses are an addendum to clause 52.212-4, and are hereby incorporated into this solicitation: 52.202-1 DEFINITIONS (JUL 2004) 52.204-6 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (APR 2008) 52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008) 52.232-1 PAYMENTS (APR 1984) 52.232-25 PROMPT PAYMENT (OCT 2008) 52.233-1 DISPUTES (JUL 2002) 52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) (APR 1984) F-FSS-290 DELIVERY HOURS (APR 1984) Where individual items are referenced to this paragraph, the delivery method used shall assure that all delivered items are Newly Manufactured and not remanufactured or refurbished items whatsoever. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (SEP 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] *______* (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). *______* (2) 52.219-3, Notice of Total HUBZone Set-Aside (JAN 1999) (15 U.S.C. 657a). *______* (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). *______* (4) [Reserved] *__ ___* (5) (i) 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) (15 U.S.C. 644). *______* (ii) Alternate I (OCT 1995) of 52.219-6. *______* (iii) Alternate II (MAR 2004) of 52.219-6. *______* (6) (i) 52.219-7, Notice of Partial Small Business Set-Aside (JUN 2003) (15 U.S.C. 644). *______* (ii) Alternate I (OCT 1995) of 52.219-7. *______* (iii) Alternate II (MAR 2004) of 52.219-7. *___ _ _* (7) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d) (2) and (3)). *______* (8) (i) 52.219-9, Small Business Subcontracting Plan (SEP 2008) (15 U.S.C. 637 (d)(4)). *______* (ii) Alternate I (OCT 2001) of 52.219-9. *______* (iii) Alternate II (OCT 2001) of 52.219-9. *______* (9) 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637 (a) (14)). *______* (10) 52.219-16, Liquidated Damages--Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)). *______* (11) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). *______* (ii) Alternate I (JUN 2003) of 52.219-23. *______* (12) 52.219-25, Small Disadvantaged Business Participation Program - ;Disadvantaged Status and Reporting (APR 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). *______* (13) 52.219-26, Small Disadvantaged Business Participation Program - Incentive Subcontracting (OCT 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). *______* (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (MAY 2004). *____* (15) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). *_X__* (16) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126). *____* (17) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). *__X__* (18) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). *_____* (19) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). *_____* (20) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). *_____* (21) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). *_____* (22) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). *_____* (23) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (MAY 2008) (42 U.S.C. 6962 (c) (3) (A) (ii)). *______* (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962 (i) (2) (C)). *______* (24) 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d). *__ ___* (25) (i) 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act (JUN 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, 109-53 and 109-169). *______* (ii) Alternate I (JAN 2004) of 52.225-3. *______* (iii) Alternate II (JAN 2004) of 52.225-3. *______* (26) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). *___X__* (27) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). *______* (28) Reserved. *______* (29) Reserved. *______* (30) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). *______* (31) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307 (f)). *___X__* (32) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). *______* (33) 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). *______* (34) 52.232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332). *______* (35) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). *______* (36) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). *______* (ii) Alternate I (APR 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] *______* (1) 52.222-41, Service Contract Act of 1965, as Amended (NOV 2007) (41 U.S.C. 351, et seq.). *______* (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). *______* (3) 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). *______* (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (NOV 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. Quotes should contain vendor's DUNS and TIN numbers, as well as their contract number. Price quote should be submitted to Stephanie Kelly, Contracting Officer, General Services Administration, FAS, AAS no later than 10:00 a.m., Friday, May 14, 2010 via email:Stephanie.Kelly@gsa.gov. Invoices shall be submitted to the GSA Office of Finance for approval and payment. Please be advised that your company shall be paid in full, Net 30 Days upon submission of a valid invoice to GSA. After delivery, invoices shall be submitted to: General Services Administration Accounts Payable (6BCP) 1500 E. Bannister Rd. Kansas City, MO 64141. All questions regarding the RFQ should be directed to the GSA Contract Specialist/ Contracting Officer listed below on or before COB Eastern Standard Time, May 3, 2010: FAS Contracting Officer: Stephanie Kelly 202-708-7408 stephanie.kelly@gsa.gov. The Project Manager responsible for this acquisition is: Ms. Martha Banks 202-205-3339 martha.banks@gsa.gov. In order to be considered for award, all vendors must be registered in the IT Solutions Systems. Any contractor that is not registered at time of award, shall not be considered for award. Contractor's can register at: https://web.itss.gsa.gov/itss/v41 helpdocs.nsf/HomeTellMeRegAbout/About+Contractor +Registration? OpenDocument The instructions for ITTS registration is as follows: The following are the Instructions for ITSS Registration for your company and company POC: (1)Company Registration From your browser: Go to URL http://web.itss.gsa.gov Open the ITTS Home Page. See Accessing the ITTS Home page for more details. Click on the New User Registration link under the Username login box. Click the Vendor Company button. Enter the company's name in the Company Name field. Be specific and accurate. Avoid acronyms and abbreviations. (2) Company POC Registration From your browser: Go to URL http://web.itss.gsa.gov Open the ITTS Home Page. See Accessing the ITTS Home page for more details. Click on the New User Registration link under the Username login box Click on the Register a Person button and follow the instructions. If you have any questions call the registration helpdesk at 877-234-2889-Option 2 Electronic submissions must be compatible with MS office 2003.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b9aef535734cdf5a31e212630b9abcde)
 
Record
SN02132041-W 20100428/100426234731-b9aef535734cdf5a31e212630b9abcde (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.