Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2010 FBO #3185
SOLICITATION NOTICE

66 -- Continuous Flow Analyzer System - General Questions Sheet - Pricing Schedule & Minimum Requirements

Notice Date
8/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region VII, 901 North 5th Street, Kansas City, Kansas, 66101
 
ZIP Code
66101
 
Solicitation Number
PR-R7-10-00143
 
Archive Date
9/2/2010
 
Point of Contact
Tyrone Lewis, Phone: 913-551-7664
 
E-Mail Address
lewis.tyrone@epamail.epa.gov
(lewis.tyrone@epamail.epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Pricing Schedule & Minimum Requirements Information General Questions Sheet 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 Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. PR-10-00143 is applicable and is issued as a request for quotation. The RFQ and incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The requirement is "small business set-aside" with a NAICS Code of 334516 (Analytical Laboratory Instrument Manufacturing) and a size standard in number of employees, 500. The description of the commercial items is for a continuous flow analyzer system and reads as follows: CLIN 0001, Continuous Flow Analyzer System CLIN 0002, High Spec Dell PC (compatible with the continuous flow analyzer system) CLIN 0003, Dell 19" flat panel monitor CLIN 0004, Printer CLIN 0005, Extra filters, (1) 570nm for cyanide, (1) 880nm CLIN 0006, 12 month supply of consumables CLIN 0007, Spares kit with flowcell CLIN 0008, On site training CLIN 0009, Shipping (if applicable) The selection resulting form this request for quotation will be made on the basis of the lowest priced technically acceptable quote from responsible quoter who meets the minimum requirements (see Minimum Requirements document and attachments 1 & 2 for details). Award will be made on an all-or-none basis. Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued using an Optional Form 347. A purchase order will be in existence once the Contracting Officer has signed the order. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or in any applicable provision, they shall be read to mean quote, quotation, quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotation not a Request for Proposal or an Invitation for bid. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The Contracting Officer will evaluate quotes on the basis of information furnished by the quoter that demonstrates that the offer meets the minimum system requirements. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Telephonic inquiries will not be accepted. Quotes must be emailed, faxed or mailed and are due on August 18, 2010 at 11:59PM Central Daylight Saving Time (CDT) along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number. In addition, quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, with their quotes. FAR clause 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.247-64 are applicable to this acquisition: 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-41, 52.246-4 Quotes shall be submitted to the Contracting Officer, Tyrone Lewis, no later than August 18, 2010 at 11:59PM. Tyrone Lewis: Email: lewis.tyrone@epa.gov Phone: 913 551-7664 Fax: 913 551-9664 Mailing Address: US EPA Region 7 901 N 5th St PLMG/ACMS Kansas City, KS 66101
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegVII/PR-R7-10-00143/listing.html)
 
Place of Performance
Address: 300 Minnesota Avenue, Kansas City, Kansas, 66101, United States
Zip Code: 66101
 
Record
SN02238255-W 20100814/100812235130-208a46a6960ad04ff092d562813df51e (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.