Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2014 FBO #4590
SOLICITATION NOTICE

66 -- Titranator and 898 XYZ Sample Changer - Buy Accessible Acceptance Guide - Buy Accessible Government Product Template

Notice Date
6/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, National Centers Servicing Unit, Fort Worth Federal Center, Building 23, 501 Felix Street, Fort Worth, Texas, 76115, United States
 
ZIP Code
76115
 
Solicitation Number
NSSC-688884
 
Archive Date
7/16/2014
 
Point of Contact
George Darin Wilson, Phone: 8175093503, Willie Mae Johnson, Phone: 817-509-3505
 
E-Mail Address
george.wilson@ftw.usda.gov, williemae.johnson@ftw.usda.gov
(george.wilson@ftw.usda.gov, williemae.johnson@ftw.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Required Documentation on 508 compliance to be completed by vendor NOTE FOR DELIVERABLE ACCEPTANCE / QUALITY ASSURRANCE: generally accepted inspection and test methods corresponding to the identified Section 508 standards is reflected in the attached EIT Acceptance Guide. This guide may be used to assist in the inspection and testing of supplies and services provided as contract deliverables corresponding to this solicitation. (i) 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. (ii) This solicitation number NSSC-688884 is issued as a Request for Quote (RFQ), and the acquisition procedures at FAR Part 13 are being utilized. We will require a firm fixed price quote and they will be evaluated according to the attached evaluation criteria. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-74 effective May 30, 2014. (iv) All responsible sources are encouraged to submit a quote and capabilities statement. The applicable NAICS code is 334516, which has a size standard of 500 employees. For more information on size standards visit http://www.sba.gov/size. (v) Contract Line Item Numbers (CLINs). (1) 898 XYZ Sample Changer w/ 48x250ml (Required to work with existing equipment)(898 XYZ Sample Changer with 2x24 place rack and 250ml tube capacity. Complete with all accessories to run. Requires Tiamo 2.4. (2) 904 Titrando 1 Input (3) Cable USB to MINIDIN 6.2151.000 (connects Titrando or Sample Processor to Tiamo and PC) (4) Exchange Unit 806-20ML 6.3026.220 (5) TI Stand F/802 2.804.0010 (6) Prop Stirrer F/SH 2.802.0020 (7) Comb Glass EA 157TS/6.0210.100 (Combination Glass electrode with ground joint w/o cable 6.2104.xxx, for 673/674 (8) Tiamo 2.4 Light CD 1 License (9) Cable w/Plug F-3M 6.2104.040 (Electrode cable with Metrohm type "F" plug, 3M) (10) Tiamo 2.4 compatible with Windows 7 and Windows XP system - minimum one rs 232 port-minimum 4 usb ports (11) Requires 898 Changer for compatibility with existing equipment (12) Guarantee of equipment to function as stated by manufacturer. (vi) Description of Requirement. On April, 7 2014 the Kellogg Soil Survey Laboratory (KSSL) was required to upgrade all computer operating systems from Windows XP to Windows 7. As a result, the older Metrohm titrators used at the KSSL need to be replaced due to incompatibility issues with Windows 7, leaving them non-functional. The KSSL seeks to purchase a Metrohm 904 Titrando titrator and 898 XYZ sample changer as a replacement for two older, non-Windows 7 compatible units. In order to continue to provide support to USDA customers and deliver soil data in a timely fashion an additional titrator needs to be purchased. Keeping with Metrohm brand titrators minimizes down time due to employee training and method development and allows for interchangeability of instrument parts and consumables, methods and personnel between the older model Metrohm titrators and the proposed 904 Titrando. (vii) Date(s) and Place(s) of Delivery and Acceptance. The delivery location for these items is USDA-National Soil Survey Center Federal Bldg., Rm 152 100 Centennial Mall North Lincoln, NE 68508-3866. NOTE: QUOTE MUST BE F.O.B. DESTINATION (viii) Technical standards from 36 CFR part 1194 Subpart B have been determined to apply this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those technical provisions identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Functional performance criteria from 36 CFR part 1194 Subpart C have been determined to apply this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those functional performance criteria identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Information, documentation, and support requirements from 36 CFR part 1194 Subpart D have been determined to apply this acquisition. Solicitation respondents must describe how the information, documentation, and support proposed for Electronic and Information Technology (EIT) deliverables meet at least that information, documentation, and support requirements identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Supplies or services delivered as a result of this solicitation will be accepted based in part on satisfaction of identified Section 508 requirements for accessibility. If the deliverable includes features and functions in addition to those identified as requirements, these features and functions also need to conform to relevant Section 508 technical provisions, functional performance criteria, and information, documentation and support. NOTE FOR DELIVERABLE ACCEPTANCE / QUALITY ASSURRANCE: generally accepted inspection and test methods corresponding to the identified Section 508 standards is reflected in the attached EIT Acceptance Guide. This guide may be used to assist in the inspection and testing of supplies and services provided as contract deliverables corresponding to this solicitation. (ix) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (x) FAR provision 52.212-2, Evaluation-Commercial Items does not apply to this solicitation. This solicitation will be awarded based on best value to the government evaluated under FAR 13.106-2 using the factors of technical capability, price and past performance. (xi) Offerors are required to complete the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. This must be completed at SAM.gov and the registration in an "Active" status. (xii) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and addenda not attached. (xiii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to this acquisition. FAR 52.204-7 System for Award Management (JUL 2013) - in all orders unless an exception applies as listed in FAR 4.1102(a). FAR 52.204-8 Annual Representations And Certifications (JUL 2013) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) - When performance requires contractor personnel to have access to Department of Agriculture facilities or information systems. FAR 52.204-13 System for Award Management Maintenance (JUL 2013) FAR 52.213-3 Notice to Suppliers (APR 84) - Applies to unpriced (Not-To-Exceed (NTE)) purchase orders. FAR 52-213-4 Terms and Conditions-Simplified Acquisitions (Other than Commercial Items) (NOV 2013) - Applies to simplified acquisitions that exceed the micro-purchase threshold that are for other than commercial items. FAR 52.216-24* Limitation of Government Liability (Apr 1984) FAR 52.216-25* Contract Definitization (Oct 2010) FAR 52.219-6 Notice of Total Small Business Set-Aside. Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (NOV 2010) - Include in all solicitations and contracts/orders for the acquisition of supplies that are expected to exceed the micro-purchase threshold. FAR 52.222-50* Combating Trafficking in Persons. FAR 52.223-6 Drug-Free Workplace (MAY 01)- Applies to all solicitations and contracts, including modifications to contracts issued under FAR 6.3, except- actions under the simplified acquisition threshold (unless awarded to an individual); for the acquisition of commercial items; when performed outside the United States and its outlying areas; if determined by a Law Enforcement Agency Head that application would be inappropriate in connection with the law enforcement agency's undercover operations. FAR 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (May 2008) FAR 52.223-18* Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13* Restriction on Certain Foreign Purchases (Jun 2008) FAR 52.225-25* Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Dec 2012) FAR 52.232-23 Assignment of Claims (JAN 86) - Applies when the order is expected to exceed the micro-purchase threshold, unless the order specifically prohibits assignment of claims. FAR 52.232-25 Prompt Payment (JUL 2013) FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013). FAR 52.232-34 Payment by Electronic Funds Transfer - Other than System for Award Management (JUL 2013). FAR 52.232-39* Unenforceability of Unauthorized Obligations (JUN 2013) FAR 52.233-3* Protest after Award (Aug. 1996) FAR 52.233-4* Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.242-15 Stop Work Order (AUG 89) FAR 52.244-6* Subcontracts for Commercial Items (JUL 2013) FAR 52.246-1 Contractor Inspection (APR 84) FAR 52.247-29 F.O.B. Origin (FEB 06) - Applies when the delivery term is F.O.B. origin. FAR 52.247-34* F.O.B. Destination (NOV 91) Applies when the delivery term is F.O.B. destination. FAR 52.247-35 F.O.B. Destination within Consignee's Premises (APR 84) FAR 52.249-1 Termination for the Convenience of the Government (Fixed-Price) (Short Form) (APR 84). FAR 52.252-2 Clauses Incorporated by Reference (FEB 98) - This order incorporates the following clauses by reference with the same force and effect as if they were given in full text. The contractor shall complete any required information items below in applicable provisions/clauses. Clauses clearly not applicable by virtue of the nature of the requirement (e.g., the option clause(s) in a requirement without option quantities or periods), are considered self-deleting.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/NBMC/NSSC-688884/listing.html)
 
Place of Performance
Address: USDA-NRCS-NSSC, USDA NRCS National Soil Survey Lab, Federal Bldg., Rm. 152, 100 Centennial Mall North, Lincoln, Nebraska, 68508-3866, United States
Zip Code: 68508-3866
 
Record
SN03398138-W 20140619/140617235958-7f9694d323692b28cf27e9da4974b2cf (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.