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 -- Automated Discrete Chemistry Analyzer

Notice Date
8/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
U S GEOLOGICAL SURVEY, APS BRANCH OF ACQUISITION AND GRANTS3020 STATE UNIVERSITY DR. EAST, MODOC HALL STE 2002 SACRAMENTO CA 95819
 
ZIP Code
95819
 
Solicitation Number
10WRQQ0275
 
Response Due
8/21/2010
 
Archive Date
8/12/2011
 
Point of Contact
CHERYL FITCH CONTRACTING SPECIALIST 9162789331 ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
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. Solicitation Number #:10WRQQ0065 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect throughout Federal Acquisition Circular: 05-44, dated JULY 8, 2010. This combined Synopsis /Solicitation is set-aside FOR 100% for small business. The NAICS code(s) is / are 334516, Size Standard: 500. DESIRED DELIVERY DATE: 10 DAYS ADC DELIVERY/PERFORMANCE LOCATION(S): MENLO PARK, CA. CLIN 0001: 1 EACH, Automated Discrete Chemistry Analyzer. Machine must have the ability to measure the following: acidity, alkalinity, total nitrogen, total phosphorus, nitrate, ammonium, phosphate, iron sulphate, boron, calcium, chloride, chlorine, fluoride, magnesium, and manganese. Other required specifications and capabilities include: must be able to adjust temp between 30 and 45 degrees C, must have sample probe washing after every liquid contact to prevent contamination, must have sample blanking that can be performed at any state of chemistry cycle, or equal. The selected Offeror must comply with the following commercial item terms and conditions: FAR 52.212-1, Instructions to Offerors - Commercial (Jun 2008). The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://orca.bpn.gov. If however, an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of the provision. The following additional FAR Clause is Incorporated by Full Text: 52.212-02, Evaluation - Commercial Items (Jan 1999), (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Award will be based on the lowest priced, technical acceptable offer. To be technically acceptable, offerors must provide evidence of the capabilities of the product(s) they are proposing to meet the Government's requirement, and demonstrate the company's ability to provide the required items. (ii) Pricing of products offered to meet the Government requirement. (iii) Past performance - Offerors shall provide enough information with their quote so that the Government can determine the proposed ability of the company to meet the Government's requirement. Technical and past performance, when combined, and compared, are approximately equal to cost or price. (b) 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. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following additional FAR Clauses are Incorporated by Full Text: 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Sep 2009), 52.222-25, Affirmative Action Compliance (Apr 1984), and 52.252-2, Clauses Incorporated by Reference (Feb 1998). The following FAR are incorporated by reference: 52.204-7 Central Contractor Registration APR 2008 52.219-28 Post Award Small Business Program Representation APR 2009 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor-Cooperation with Authorities and Remedies AUG 200952.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action for Workers with Disabilities JUN 1998 52.225-1 Buy American Act - Supplies JUN 2003 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 Please include the Delivery Time-Frame/Schedule, the company Payment Terms and Federal Tax ID Number. The full text of the above-mentioned FAR clauses may be electronically accessed at http://www.acquisition.gov/far/ or http://www.doi.gov/pam/aindex.html, as per 52.252-2, Clauses Incorporated by Reference. CCR Requirement - All interested Companies must be certified with the Central Contractor Registration (CCR). To register with the CCR, go to the CCR web site at http://www.ccr.gov. POC for this award is Cheryl A. Fitch at 916-278-9331. All questions and concerns shall be submitted in writing to cfitch@usgs.gov NLT August 18, 2010. Quotes can be e-mailed to cfitch@usgs.gov or fax them to 916-278-9339. Quotes will be considered late if not received by August 21, 2010 no later than 4:00pm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/10WRQQ0275/listing.html)
 
Place of Performance
Address: MOAB, UT
Zip Code: 845323406
 
Record
SN02238789-W 20100814/100812235732-247a18ebc2c34ccbe2177b3670656339 (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.