Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2012 FBO #3696
SOLICITATION NOTICE

66 -- Pipette Calibration Service

Notice Date
1/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Mid South Area, SRRC, 1100 Robert E. Lee Blvd, New Orleans, Louisiana, 70124, United States
 
ZIP Code
70124
 
Solicitation Number
AG-7B31-S-12-0002
 
Archive Date
2/2/2012
 
Point of Contact
Ida J Lirette, Phone: 504-286-4320
 
E-Mail Address
ida.lirette@ars.usda.gov
(ida.lirette@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested, and a written notice will not be issued. Requisition Number AG-7B31-S-12-0002 is being issued as a request for quotes (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-26. This procurement is being issued as full and open competition under NAICS Code 334513, Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables. The USDA, ARS has a requirement for services to calibrate approximately 300 pipettes (replace seals and o-rings, clean, and fine tune equipment) of various sizes, and from various manufacturers on an as needed basis to the Southern Regional Research Center, SRRC, in New Orleans, La. This effort is in support of the mission of SRRC. All service can be scheduled to be done in one time frame (e.g. in a one week period). This award would be an IDIQ purchase order for a one year performance period starting on the date of award. Responses MUST include the following: 1) If pricing is different, a separate line item for each factor (e.g. glass tip, multi channel, positive displacement, Fisher Scientific, Labnet, 0.5-10ul, 1-20 ul, etc.) should be provided. If service is same across the board, provide the price for service and stipulate that the price is the same for any type or size of pipette. 2) Provide the maximum and minimum for an order. 3) Your company's response time and what is considered a rush order. 4) Include your company's cage code. 5) Contractor would be required to perform services between 0730 and 1330, Monday through Friday except Holidays, unless other days/times have been previously coordinated with SRRC. 6) How much notice will you need if the facility closes unexpectedly? What is the charge if services are cancelled due to unforeseen closure? Contractor Point of Contact: In the event your firm receives a contract as a result of this solicitation, designate a person whom the Government may contact during the period of the contract for prompt contract administration: Name: Title: Address: Phone: Fax: Site Inspection: The contractor will provide a monthly invoice/statement to SRRC. The invoice received from the contractor must include the Purchase Order Number and TINS, the overall total for service and at a minimum include a line item that would indicate the Research Unit Name, the date of service, the type and number of pipette serviced (if different prices are charged for different types of pipettes), the price per pipette, and the total price per line. Payment will be made from that statement. Payment will be made via government purchase/Visa card. Provide GSA contract number if applicable. Quotes will be no smaller than size 12 fonts and include the Point of Contact (POC) for technical and contractual issues to include name, position, telephone number, and email address. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Please note on your proposal if you will accept a government purchase (VISA) card. This solicitation incorporates the following FAR clauses, provisions and addendums: 52-212-1 Instructions to Offerors-Commercial Item; 52.212-3 Offeror Representations and Certifications-Commercial Items - annual representations and certifications are required. Offers shall include a statement as follows on their offer: the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at http://orca.bpn.gov have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference, except for paragraphs ______________; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. In paragraph B of 52.212-5, the following apply: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-15, 52.223-16, 52.225-3, 52.225-13, 52.225-33, 52.211-6. In the event the vendor will accept payment via the Government Purchase Card (VISA), the vendor shall annotate on its offer that it will accept the purchase card, and clause 52.232-33 will be superseded by clause 52.232-36. All sources wishing to provide a quotation must respond by 1:30 PM, CST, January 18, 2012. Quotations should be addressed to USDA Agricultural Research Service, SRRC, 1100 Robert E. Lee Blvd., New Orleans, La 70124. E-mailed responses are acceptable. All responses will be evaluated to determine the equipment's capability to meet the above requirements. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. 52.232-18 -- Availability of Funds. Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. *In accordance with Federal Acquisition Circular (FAC) 2001-26 dated December 20, 2004, Online Representations and Certifications Application (ORCA) is mandatory effective January 1, 2005, requiring contractors to enter their Representations and Certifications once for all Federal contracts. The ORCA site can be found at http://www.bpn.gov and by clicking on "On-line Reps and Certs Application" on the left side of the screen. All questions are due NLT 12:00 PM CST on January 10, 2012 and all Q&As will be posted on FBO by COB January 12, 2012. Please email your responses and questions to Ida Lirette, email ida.lirette@ars.usda.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SRRC/AG-7B31-S-12-0002/listing.html)
 
Place of Performance
Address: 1100 Robert E. Lee Blvd., New Orleans, Louisiana, 70124, United States
Zip Code: 70124
 
Record
SN02649719-W 20120107/120105235134-1d4ec544822880607923e9ece79ba2e6 (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.