Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 02, 2013 FBO #4116
SOLICITATION NOTICE

J -- NMR Spectrometer System Service

Notice Date
2/28/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-13-T-0007
 
Response Due
3/11/2013
 
Archive Date
4/29/2013
 
Point of Contact
Sandra Johnson, 435-831-2756
 
E-Mail Address
MICC - Dugway Proving Ground
(sandra.j.johnson90.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation requested; proposals are being requested and a written solicitation will not be issued. The Government intends to negotiate on a sole-source basis with Bruker Biospin Corporation, 15 Fortune Dr. Billerica, MA 01821-3923 for this requirement. Pursuant to 10 U.S.C. 2304 ( C ) (1) and Federal Acquisition Regulation 6.302-1, supplies, services and / or equipment are available from one responsible source and no other type of supplies, services and / or equipment will satisfy agency requirements. Vendors may identify their interest and capability to respond to the requirement by emailing the points of contact listed below. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All firms responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 334516 (500) size standard in number of employees applies to this procurement. Solicitation #W911S6-13-T-007 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-65. Description: The Mission & Installation Contracting Command - Dugway Proving Ground office is contemplating the acquisition of a service agreement to provide preventative maintenance and repairs to ensure the functionality and fully operational status of the Nuclear Magnetic Resonance (NMR) spectrometer system to include the Liquid Chromatography (LC) interface. This service support shall provide for all pertinent parts (except for the consumable parts) and a certified technicians labor, travel expenses and on site visits to maintain the following equipment: (a) LC-NMR Interface (b) PH CRYOFIT LC 600 MHZ 3 MM (c ) CryoPlatform (d) Full console (e) 600 MHZ Magnet (f) BCU-XTREME COOLING UNIT (g) Four NMR Probes Accessories including: (i) PA BBO 600SB BB-H-D-05 Z, (ii) CP QNP 600S3 F/P/C-H-D-05 Z, (iii) CP QNP 600S3 P/C/N-H-D-05 Z, and (iv) CP SEF 600S3 F-H-D-05 Z The contractor shall provide services required to maintain the Bruker Biospin NMR system in an operational status and ready to use at all times to support the West Desert Test Center/Dugway Proving Ground mission. The contractor shall provide support covering all parts (excluding consumables), technician labor, travel expenses, unlimited remote support, and unlimited on-site visits by properly trained technicians to maintain the Nuclear Magnetic Resonance (NMR) Spectrometer system. Technical labor shall be performed by an original equipment manufacturer (OEM) certified and trained technician. All parts shall be OEM parts. Software/firmware updates shall be provided by the OEM. The period of performance consists of a one-year base period and four one-year option periods. Option periods are subject to the availability of funds in accordance with FAR 52.232-18. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the government's requirements. Submit written offers in accordance with the instructions contained in the attachment Instructions, Conditions, and Notices to Offerors for solicitation W911S6-13-T-0007. All firms responding must be registered with the Central Contractor Registration (CCR). Questions: Questions regarding this solicitation are to be submitted in writing via email to sandra.j.johnson90.civ@mail.mil. The deadline for questions is Thursday, March 7, 2013 at 4:00 p.m. (prevailing local time at Dugway Proving Ground, UT). The following provisions and clauses apply to this RFQ: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2007) 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-7 Central Contractor Registration (DEC 2012) 52.217-5 Evaluation of Options (JUL 1990) 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services - Requirements (FEB 2009) 52.232-18 Availability of Funds (APR 1984) 52.232-99 (DEV) Providing Accelerated Payment to Small Business Subcontractor (Deviation) (AUG 2012) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.246-4 Inspection of Services - Fixed Price (AUG 1996) 52.246-16 Responsibility for Supplies (APR 1984) 252.201-7000 Contracting Officer's Representative (DEC 1991) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009) 252.204-7003 control of Government Personnel Work Product (APR 1992) 252.204-7004 Alt A Central Contractor Registration Alternate A (SEP 2007) 252.204-7008 Export-Controlled Items (APR 2010 52.212-1 Instructions to Offerors - Commercial Items (FEB 2012) 52.212-3 Offeror Representations and Certifications - Commercial Items (DEC 2012) 52.212-4 Contract Terms and Conditions - Commercial Items (FEB 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2013) 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) 52.219-8 Utilization of Small Business Concerns (JAN 2011) 52.219-28 Post Award Small Business Program Rerepresentation (APR 2012) 52.222-3 Convict Labor (JUN 2003) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-35 Equal Opportunity for Veterans (SEP 2010) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-37 Employment Reports on Veterans (SEP 2010) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.232-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - Requirements (NOV 2007) 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services - Requirements (FEB 2009) 52.215-20 Requirements for Certified Cost or Pricing Data or Information other than Certified Cost or Pricing Data (OCT 2010) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.222-48 Exemption from Application of Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification (FEB 2009) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.252-5 Authorized Deviations in Provisions (APR 1984) 52.252-6 Authorized Deviations in Clauses (APR 1984) 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (JAN 2012) 252.212-7000 Offeror Representations and Certifications - Commercial Items (JUN 2005) 52.203-3 Gratuities (APR 1984) 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (SEP 2011) 252.225-7001 Buy American and Balance of Payments Program (DEC 2012) 252.225-7012 Preference for Certain Domestic Commodities (DEC 2012) 252.227-7015 Technical Data - Commercial Items (FEB 2012) 252.227-7037 Validation of Restrictive Markings on Technical Data (JUN 2012) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) 252.243-7002 Requests for Equitable Adjustment (MAR 1998) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.232-7006 Wide Area Workflow Payment Instructions (JUN 2012) Pricing shall be valid for 60 calendar days. Proposal is due at 10:00 AM (prevailing local time at Dugway Proving Ground, UT) on March 11, 2013. Proposal may be emailed. Submit emailed proposal to sandra.j.johnson90.civ@mail.mil. Hardcopy offers shall be submitted to: US Army Contracting Agency / Dugway CCMI-CHD-DG ATTN: Paul Frailey 5330 Valdez Circle MS #1 Dugway Proving Ground, UT 84022 Please note that Dugway Proving Ground is a secure military installation. Contact Sandra Johnson via email or telephone at the email or phone number listed below if hand-delivery is intended no later than 5:00 PM (prevailing local time at Dugway Proving Ground) Thursday, March 7, 2013 to arrange for visitor access. For any questions or concerns please contact Sandy Johnson at 435-831-2756 or via email at sandra.j.johnson90.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a09de67a37acc059ef1f57eb5d4ba2a0)
 
Place of Performance
Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN02998031-W 20130302/130228234305-a09de67a37acc059ef1f57eb5d4ba2a0 (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.