SOLICITATION NOTICE
66 -- Automated Liquid Handling Systems - Statement of Work
- Notice Date
- 9/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- 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, Maryland, 20705
- ZIP Code
- 20705
- Solicitation Number
- FSIS-22-B-10
- Archive Date
- 10/9/2010
- Point of Contact
- Kathy A Richardson, Phone: 301-504-4215
- E-Mail Address
-
Kathy.Richardson@fsis.usda.gov
(Kathy.Richardson@fsis.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work USDA, Food Safety and Inspection Service (FSIS) has a requirement to purchase three (3) Automated Liquid Handling Systems that meets the requirements of the attached Statement of Work (Attachment 1). 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 effect through Federal Acquisition Circular 2005-43, August 2, 2010. 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. The contractor must bid on all items. The equipment shall be delivered to the following locations: One (1) Automated Liquid Handling System to be delivered to: USDA, FSIS, OPHS, Eastern Laboratory 950 College Station Road Athens, GA 30605 One (1) Automated Liquid Handling System to be delivered to: USDA, FSIS, OPHS, Western Laboratory 620 Central Avenue, Bldg 2A Alameda, CA 94501 One Automated Liquid Handling System to be delivered to: USDA, FSIS, OPHS, Midwestern Laboratory 4300 Goodfellow Blvd, Bldg 105-D St. Louis, MO 63120 Delivery shall be FOB Destination. Offers for the items(s) described above are due by September 24, 2010, no later than 1:00 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 (JUNE 2008), 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 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JULY 2010), 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 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35; FAR 52.222-36, FAR 52.222-37; FAR 52.225-1, FAR 52.225-13, and FAR 52.232-33. The FAR may be obtained via the Internet at http://www.acquisition.gov/far/ All contractual and technical questions must be in writing (e-mail or fax) to Kathy Richardson not later than September 17, 2010. 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 (AUGUST 2009)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).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FSIS/AAS/FSIS-22-B-10/listing.html)
- Place of Performance
- Address: See Statement of Work for Delivery Locations, United States
- Record
- SN02284633-W 20100918/100916235701-3d7ff0db0ba671a73637a810e1543419 (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 |