Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2017 FBO #5655
SOLICITATION NOTICE

41 -- Thermo-Fisher Scientific Refrigeration

Notice Date
5/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1333 Isaac Hull Ave., Washington, DC 20374
 
ZIP Code
20374
 
Solicitation Number
N00024-17-R-4441
 
Response Due
6/6/2017
 
Archive Date
12/3/2017
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N00024-17-R-4441 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 333415 with a small business size standard of 750.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-06-06 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Annandale, NJ 08801 The NAVSEA - HQ requires the following items, Brand Name Only (Exact Match), to the following: LI 001: ThermoFisher Scientific Model 05EREETSA 5.6 cu.ft. Explosion-Proof Refrigerator. MANUFACTURER: ThermoFisher Scientific. DELIVERY BY: 15 JULY 2017 Exact Delivery Address: NU Laboratories 312 Old Allerton Road Annandale, NJ 08801-3206 Material shall be packaged and labeled with information provided below as applicable. The container shall be properly labeled and secured. Shipping information with tracking number and estimated delivery date/time must be provided. -Thermo-Scientific Model 5EREETSA 5.6 cu.ft. explosion proof refrigerator (Qty 1) Proposal 17-141, 1, EA; LI 002: ThermoFisher Scientific Model 05EFEETSA 5 cu.ft. Explosion-Proof Freezer. MANUFACTURER: ThermoFisher Scientific. DELIVERY BY: 15 JULY 2017 Exact Delivery Address: NU Laboratories 312 Old Allerton Road Annandale, NJ 08801-3206 Material shall be packaged and labeled with information provided below as applicable. The container shall be properly labeled and secured. Shipping information with tracking number and estimated delivery date/time must be provided. -Thermo-Scientific Model 05EFEETSA 5 cu.ft. explosion proof freezer (Qty 1) Proposal 17-141, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NAVSEA - HQ intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAVSEA - HQ is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Items must be built and delivered to exactly the specified configuration, and sourced for the OEM. Counterfeit items, refurbished items, and recertified items are not acceptable. Please make sure OEM and part number are identified. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination and acceptance by the Government. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. 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, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. System for Award Management (Oct 2016) System for Award Management Maintenance (Oct 2016) Commercial and government Entity Code Reporting (Jul 2016) Commercial and Government Entity Code Maintenance (Jul 2016) Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) Prohibition on Contracting with Inverted Domestic Corporations ”Representation (Nov 2015) Buy American ”Supplies (May 2014) Buy American Certificate (May 2014) Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) Protest After Award (Aug 1996) Applicable Law for Breach of Contract Claim (Oct 2004) F.O.B. Destination (Feb 2006) Solicitation Provisions Incorporated by Reference (Feb 1998) Clauses Incorporated by Reference (Feb 1998) Requirements Relating to Compensation of Former DoD Officials (Sep 2011) Requirement to Inform Employees of Whistleblower Rights (Sep 2013) AGENCY OFFICE OF THE INSPECTOR GENERAL (DEC 2012) Representation Relating to Compensation of Former DoD Officials (Nov 2011) Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) Alternative Line Item Structure (Sep 2011) Item Unique Identification and Valuation (Mar 2016) Prohibition of Hexavalent Chromium (Jun 2013) Export-Controlled Items (Jun 2013) Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (May 2013) LEVIES ON CONTRACT PAYMENTS (Dec 2006) Subcontracts for Commercial Items (June 2013) SUPPLEMENTAL INSTRUCTIONS REGARDING ELECTRONIC INVOICING (NAVSEA) (APR 2015) (a) For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the technical instruction (TI), sub line item number (SLIN), or contract line item number (CLIN) level, rather than on a total contract/TO basis, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (WAWF) for invoices shall include summaries of work charged during the period covered as well as overall cumulative summaries by individual labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of other direct costs (ODCs), materials, and travel, by TI, SLIN, or CLIN level. For other than firm fixed price subcontractors, subcontractors are also required to provide labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced. Supporting documentation may be encrypted before submission to the prime contractor for WAWF invoice submittal. Subcontractors may email encryption code information directly to the Contracting Officer (CO) and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the CO and COR; or other method as agreed to by the CO. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and CO on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and CO email notification as required herein. The Vendor shall be an authorized reseller with the OEM. Documentation of this partnership is not required for this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-17-R-4441/listing.html)
 
Place of Performance
Address: Annandale, NJ 08801
Zip Code: 08801-3206
 
Record
SN04510266-W 20170518/170516234536-3eac658aad224f18b75cc2877e383b55 (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.