Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2014 FBO #4670
SOLICITATION NOTICE

66 -- SPEX SamplePrep 1600 MiniG

Notice Date
9/5/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-14-T-0435
 
Response Due
9/12/2014
 
Archive Date
11/4/2014
 
Point of Contact
Lisa Zarick, 301-619-2336
 
E-Mail Address
US Army Medical Research Acquisition Activity
(lisa.m.zarick.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The following action is to be competed by the U.S. Army Medical Research Acquisition Activity (USAMRAA) in support of the U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID), Fort Detrick, MD, for three (3) 1600 MiniG mechanical disruptors and related items manufactured by SPEX SamplePrep on a brand name only basis. This announcement constitutes the solicitation by USAMRAA, Fort Detrick, MD as a Request for Quote (RFQ) and offers must be submitted in writing (oral offers will not be accepted). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27. DESCRIPTION: This requirement is for three (3) 1600 MiniG and related items from the manufacturer or an authorized distributor. A redacted Justification and Approval for Other than Full and Open Competition has been attached to this RFQ (follow the Additional Documentation link below). Additional attachments are included the provide the minimum essential characteristics as well as the required items (descriptions and part numbers) and quantities. These documents can also be accessed by following the Additional Documentation link below). See below for a summary of the line item structure that will be followed in the resultant Purchase Order: Line Item 1: 24 x 5 mL Polyethylene Frosted Vial Set, Case of 10 Sets; Qty: 6 Line Item 2: 4mL PE Vials w/ Screw Cap, Bag of 200; Qty: 44 Line Item 3: Cryo Block, 24 Well PE; Qty: 5 Line Item 4: Cryoblock, 2mL; Qty: 10 Line Item 5: 3/8 Inch 440C SS Packed 100 Per Bag; Qty: 50 Line Item 6: 5/32 SS-440C Grinding Balls (Package of 5,000 Balls); Qty: 5 Line Item 7: Mini G Titer Tray Nesting Plate; Qty: 3 Line Item 8: Mini G; Qty: 3 Line Item 9: Shipping These items are needed at USAMRIID in Fort Detrick, MD 21702. Delivery is FOB Destination no later than 30 days after date of contract. The North American Industry Classification System (NAICS) code is 334516 (size standard 500 employees). No hard copies of the solicitation will be issued by this contracting office. All interested parties can view, download and print a copy of the solicitation and any resulting amendments from the following website: https://www.fbo.gov/. In accordance with DFARS 252.204-7004, all contractors wishing to do business with the Department of Defense must be registered in the System for Award Management (SAM) database https://www.sam.gov/portal/public/SAM/. Quotes will be evaluated on the basis of lowest price technically acceptable (please see the full text of 52.212-2 in the attached documents to this RFQ under the Additional Documentation link below) and any resulting contract will be issued as an open market Firm Fixed Price Award. See below for the clauses and provisions incorporated herein by reference. Please refer to the attached document mentioned above for clauses and provisions incorporated by full text under the Additional Documentation link below. APPLICABLE PROVISIONS AND CLAUSES FOR COMMERCIAL ITEMS: The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33. The following additional FAR clauses are incorporated herein by reference: 52.204-7 System for Award Management, 52.204-13 System for Award Management Maintenance, 52.232-39 Unenforceability of Unauthorized Obligations, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, 52.233-4 Applicable Law for Breach of Contract Claim, and 52.247-34 F.O.B. Destination. The following DFARS clauses are incorporated herein by reference: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.203-7005 Representation Relating to Compensation of Former DoD Officials, 252.204-7003 Control Of Government Personnel Work Product, 252.204-7006 Billing Instructions, 252.204-7012 Safeguarding of Unclassified Controlled Technical Information, 252.204-7015 Disclosure of Information to Litigation Support Contractors, 252.225-7001 Buy American And Balance Of Payments Program, 252.225-7002 Qualifying Country Sources As Subcontractors, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010 Levies on Contract Payments, 252.244-7000 Subcontracts for Commercial Items, 252.246-7000 Material Inspection And Receiving Report, 252.247-7023 Transportation of Supplies by Sea. The full text of the referenced FAR and DFARS clauses may be accessed electronically at http://farsite.hill.af.mil/ POINT OF CONTACT: Lisa Zarick, Contract Specialist lisa.m.zarick.civ@mail.mil All responses to this RFQ must be submitted via email to the email address listed above no later than 2:00pm Eastern Time Friday, 12 September 2014. No late quotes will be accepted. All questions in response to this RFQ must be submitted to the address listed above no later than Wednesday, 10 September 2014 at 10:00am Eastern Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-14-T-0435/listing.html)
 
Place of Performance
Address: U.S. Army Medical Research Institute of Infectious Diseases BLDG 1425 Porter Street Frederick MD
Zip Code: 21702-5014
 
Record
SN03497895-W 20140907/140905235145-665d6b9c8cfaedea4b1e424cab008106 (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.