SOLICITATION NOTICE
66 -- Lab Equipment - RFQ
- Notice Date
- 8/9/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Energy, 8725 John J. Kingman Road, Ft Belvoir, Virginia, 22060, United States
- ZIP Code
- 22060
- Solicitation Number
- SP060013Q0253
- Archive Date
- 9/5/2013
- Point of Contact
- Daniel M. Baker, Phone: 7037679520, john Gable, Phone: 7037678259
- E-Mail Address
-
daniel.baker@dla.mil, john.gable@dla.mil
(daniel.baker@dla.mil, john.gable@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- RFQ This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. Offers are being requested and a written solicitation will not be issued. This opportunity is UNRESTRICTED and NAICS 334516 size standards applied (500) the contract resulting from this procurement will be a firm fixed price contract. The solicitation SP0600-13-Q-0253 is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), Part 13; specifically Part 13.5. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-67 dated 22 July 2013. DPAS rating for potential award is DO. The clauses and provisions referenced in this solicitation may be reviewed/obtained in full text form at http://farsite.hill.af.mil/vffara.htm. Potential incumbent is encouraged quote on all; HOWEVER, this is NOT an "all or none" requirement. Requirements: CLIN 0001 Quantity 1 (one), each, Analyzer for testing color of a petroleum product in accordance to test method ASTM D1500 and necessary start up consumables. Shall have an English operations manual. If available, include a Japanese operations manual. This is a BRAND NAME OR EQUAL item. Reference MFG Koehler Instrument Company Model: K13200 CLIN 0002 Quantity 4 (four), each, Analyzer, Pensky Marten method, closed cup, for testing flash point in accordance to test method ASTM D93. Analyzer must be electric (110-120V 60HZ or a range of 110-120V at 50/60Hz). Propane analyzer/instrument is NOT acceptable. Shall be automated to include automatic barometric correction. Also provide any necessary start up consumables Analyzer/instrument shall have an electric igniter. Shall have an English operations manual. If available, include a Japanese operations manual. This is a BRAND NAME OR EQUAL item. Reference MFG: Herzog Model: HFP339 CLIN 0003 Shipping. Packaging shall meet international shipping requirements. Packaging shall be in accordance to commercial packaging standards. (See following options; indicate applicable shipping route on quote): 1) United States Postal Service (USPS) Items shipped weighing less than 70 pounds (lbs) (package total) and less than 130 inches in Width, Length, and Height (package total). Shipping address will be: Defense Logistics Agency-Energy Okinawa Unit 5110 APO AP 96368-5110 2) Under 10,000 pounds (lbs) and/or 800 cubic ft Reference DLAD 52.247-9012 Requirements for Treatment of Wood Packaging Material (WPM). Partial deliveries will not be authorized Packaging and shipping standards shall be in accordance to: http://www.landandmaritime.dla.mil/Offices/Packaging/OCONUSpkg.asp Shipping address shall be: W62N2A/SW3225 - Tracy, CA XU Def DIST DEPOT SAN JOAQUIN CCP WHSE 30 25600 SOUTH CHRISMAN RD TRACY CA 95376-5000 There will be a "MARK FOR" address. 3) Physical/Direct Delivery: Defense Logistics Agency-Energy Okinawa Chibana Compound RTE# 74 BLDG 53145 Chibana, Okinawa City, Okinawa, Japan 904-2143 Electronic Funds Transfer as a means of payment will be made upon receipt and acceptance of all products through Wide Area Work Flow (WAWF). The following provisions and clauses apply to this acquisition: FAR 52-212-1, Instructions to Offerors Commercial Items; 52.212-2 Evaluation of Commercial Items; the evaluation criteria stated in paragraph (a) of the provision are as follows: The significant evaluation factors, in the relative order of importance are: 1. Technical specifications, 2. Past performance, 3. Delivery date, and 4. Price. Evaluation factors are approximately equal. The contract award will be offered to the best value offer made to the Government, considering technical, past performance, date of deliver, and price. 52.212-3 Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders - Commercial Items and FAR 52.211-6 (Brand name or equal) In paragraph (b) of 52.212-5, the following apply: FAR 52.219-6,28, 52.222-3,19,21,26, 52.223-18,52.225-5, and 52.232-34. FAR 52.246-2, DFAR 252.212-7001 In paragraph (b) of 252.212-7001, the following apply 252.203-7000,252.225-7021, and 252.232-7003. This solicitation closes on 21 August 2013 at 4:00 PM Fort Belvoir time. The point of contact is John Gable at john.gable@dla.mil or Daniel Baker at Daniel.baker@dla.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6f736ce893d67179f5b193602aaa26c0)
- Place of Performance
- Address: See above, See above, United States
- Record
- SN03144078-W 20130811/130809234832-6f736ce893d67179f5b193602aaa26c0 (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 |