Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2016 FBO #5306
SOLICITATION NOTICE

J -- Freeze dryer repair - Requirements

Notice Date
6/1/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
SB1341-16-RQ-0473
 
Archive Date
6/28/2016
 
Point of Contact
Erik Frycklund, Phone: 3019756176
 
E-Mail Address
erik.frycklund@nist.gov
(erik.frycklund@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Parts replacement and repair for Millrock Quanta Series Freeze Dryer THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88, effective May 16th, 2016. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 with a small business size standard of $7.5M. This acquisition is being procured using Full and Open Competition. The National institute of Standards and Technology's Hollings Marine Laboratory (HML) in Charleston, South Carolina requires a freeze dryer repair/ replacement meeting all of the minimum requirements set forth in the attached speciation's document. EVALUATION CRITERIA AND BASIS FOR AWARD Award shall be made to the contractor that provides the lowest priced, technically acceptable quote. Technical acceptability means that the quote meets all of the stated minimum specifications. The Government will evaluate information based on the following evaluation criteria: 1)Technical Capability factor "Meeting the Requirement," and 2) Price. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Price: The Government will evaluate price for reasonableness. ALL OFFERORS SHALL SUBMIT THE FOLLOWING 1) A firm fixed price quotation meeting the requirements of the statement of requirements. 2) The Contractor shall provide sufficient information to demonstrate its understanding and ability to meet the Government's requirement, providing a concise discussion of its intended technical approach for accomplishing tasks defined in the Statement of Work (SOW). Included in this information shall be a description of the manufacturer or brand name, make and model of the products that are being proposed as replacements. 3) The DUNS # for the quoter's active System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov to be considered for award. 4) If the contractor objects to any of the terms and conditions contained in this solicitation, the contractor shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" [Contractor shall list exception(s) and rationale for the exception(s)]. It is the sole responsibility of the contractor to identify in their quote any exceptions to the terms and conditions of the solicitation. If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the Contractor's acceptance of the Government's terms and conditions for inclusion into the resultant purchase order. Please note that this procurement IS NOT being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If a contractor submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the contractor's FSS or GWAC contract, and the statement required above shall be included in the quotation; Quoter shall provide evidence of authority to repair Millrock Technology equipment. Payment will be made in one lump sum upon successful completion of the requirements identified in the Statement of Requirements. Delivery terms shall be FOB Destination FOB DESTINATION MEANS: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. PROVISIONS AND CLAUSES - The following provisions and clauses are applicable to this solicitation and resultant contract. The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov. The following provisions apply to this acquisition: 52.204-7, System for Award Management; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-17, Ownership or Control of Offeror; 52.204-18, Commercial and Government Entity Code Maintenance; 52.204-19, Incorporation by Reference of Representations and Certifications; 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; 52.252-1, Solicitation Provisions Incorporated by Reference -- This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.acquisition.gov In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at https://www.sam.gov. If paragraph (j) of the provision applies, a written submission is required; The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations. 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act, Alternate II 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.247-34, FOB Destination; 52.252-2, Clauses Incorporated by Reference -- This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address www.acquisition.gov 1352.246-70, Place of acceptance; (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: NIST - Hollings Marine Laboratory (HML) in Charleston, South Carolina The full text of a CAR provision or clause may be accessed electronically at http://www.osec.doc.gov/oam/acquistion_management/policy/ 1352.201-70, Contracting Officer's Authority; 1352.209-73, Compliance with the laws; 1352.209-74, Organizational conflict of interest; 1352.233-70, Agency protests; 1352.233-71, GAO and Court of Federal Claims protests; Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-16-RQ-0473/listing.html)
 
Record
SN04134463-W 20160603/160601234656-5ba1c88dec737d9df960177ea1e2d48d (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.