MODIFICATION
66 -- Gas Chromatography System
- Notice Date
- 9/16/2010
- Notice Type
- Modification/Amendment
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- 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-R0-10-00188
- Archive Date
- 10/5/2010
- Point of Contact
- Tyrone Lewis, Phone: 913-551-7664
- E-Mail Address
-
lewis.tyrone@epa.gov
(lewis.tyrone@epa.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 Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. RFQ #PR-R0-10-00188 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 334513 (Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables) and a size standard in number of employees, 500. The description of the commercial items is for a Gas Chromatography System and reads as follows: CLIN 0001, PCB Gas Chromatograph CLIN 0002, Photoionization Detector (PID) CLIN 0003, Nitrogen/Phosphorous Detector (NPD) CLIN 0004, Automated Purge and Trap Concentrator, Dual Trap CLIN 0005, Shipping (if applicable) Note: Vendor shall demonstrate that all equipment meets or exceeds the minimum requirements as specified in the "Minimum System Requirements" document. 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 the Minimum System Requirements document). 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 which demonstrates that the minimum requirements are met. 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 September 20, 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 September 20, 2010 at 11:59PM. Tyrone Lewis: Email: lewis.tyrone@epa.gov Phone: 913 551-7664 Fax: 913 551-9664
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegVII/PR-R0-10-00188/listing.html)
- Place of Performance
- Address: Deliver to:, US Environmental Protection Agency Region 10, Park Place Building, Michael Boykin, Mail Stop ECL 116, Seattle, Washington, 98101, United States
- Zip Code: 98101
- Zip Code: 98101
- Record
- SN02285852-W 20100918/100917000723-fb51e9408314846a095d58b70032751c (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 |