Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2011 FBO #3388
SOLICITATION NOTICE

J -- Maintenance Service - Statement of Work - List of Equipment

Notice Date
3/3/2011
 
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-09-B-11
 
Point of Contact
Brenda Barber, Phone: 3015043996
 
E-Mail Address
brenda.barber@fsis.usda.gov
(brenda.barber@fsis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
SOW and listing of Equipment The United States Department of Agriculture (USDA), Food Safety and Inspection Services (FSIS) has a requirement for Maintenance services on various Waters equipment. The equipment will include (but is not limited to): TAP 2690/2695 System, TAP ZQ Mass Detector, Waters Software, TAP BUS LAC/E, TAP 510 Pump, TAP 717 Injector, and TAP Quattro Micro located at USDA, FSIS, OPHS, EL, 950 College Station Road, Athens, Georgia 30604. For full details, see the attached statement of Work (SOW) and the attached list of Equipment. The contractor shall be responsible for all labor, parts, software upgrades, and materials needed to perform the necessary maintenance on the equipment. 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 effective through the Federal Acquisition Circular (FAC) 2005-48. The NAICS Code and the 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 location for the maintenance services is Athens, Georgia. The period of performance is April 1, 2011 thru March 31, 2012. This shall be a Firm Fixed Price Contract. Offers for the items(s) described above are due by March 11, 2011, no later than 2:00 PM Eastern Standard Time, to USDA, FSIS, Administrative Services Division, ATTN: Brenda Barber, 5601 Sunnyside Avenue, Maildrop 5230, Room 2-L182A, Beltsville, MD 20705-5230, email: Brenda.Barber@fsis.usda.gov or fax: 301-504-4276. Offers must include, solicitation number, 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 (JAN 2011) 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 52.222-36, FAR 52.223.18, FAR 52.225-1, FAR 52.225-13, and FAR 52.232-33. The FAR may be obtained via the Internet at http://www.acqnet.gov/far/loadmainre.html. 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 FAR 52.212-3 (JAN 2011) Offeror Representations and Certifications - Commercial Items 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-09-B-11/listing.html)
 
Place of Performance
Address: USDA, FSIS, OPHS, EL, 950 College Station Road, Athens, GA 30605Athens, Georgia 30604, United States
Zip Code: 30604
 
Record
SN02392296-W 20110305/110303234319-c9321eb0ecc801fe52ab255e9ce7d0e4 (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.