Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2017 FBO #5675
MODIFICATION

66 -- High Performance Electorchemilunimescence Immunoassays Imager - Solicitation 1

Notice Date
6/5/2017
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), BLDG 1 KANSAS ST, Natick, Massachusetts, 01760-5011, United States
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-17-Q-0003
 
Archive Date
7/5/2017
 
Point of Contact
Richard Totten, Phone: 3016192446
 
E-Mail Address
richard.w.totten2.civ@mail.mil
(richard.w.totten2.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotations are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is W911QY-17-Q-0003. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95, effective 19 Jan 2017. This notice is a Total Small Business Set-Aside and only qualified Offerors may submit a quotation. The applicable North American Industry Classification Standard (NAICS) Code is 334516, Analytical Laboratory Instrument. The Small Business Size Standard is 1000 Employees. Solicitation Number: W911QY-17-Q-0003. Date: 5 June 2017. Contracting Office: ACC-APG, Natick Contracting Division, Ft Detrick MD Product Code: 6640 Closing Response Date: 20 June 2017 12:00PM Contracting Officer: Richard W. Totten, ACC-APG-NCD-Ft Detrick Requirement: "BRAND NAME or EQUAL" one (1) - laboratory instrument capable of imaging/analyzing immunoassays by means of Electro-chemiluminescence or electro-generated chemiluminescence technology to include ancillary supplies as indicated below: Contract Line Item Numbers (CLINs) below are anticipated to be included in the resultant contract. The Offeror shall provide prices for CLINs 0001 through 0004 below. CLIN 0001: Lab Instrument Meso Scale Discovery MESO QuickPlex SQ120-BRAND NAME OR EQUAL If "equal" laboratory instrument proposed, quotation must clearly state how the instrument meets or exceeds each and every salient characteristic listed below: 1) Image high performance ElectroChemiLuminescence (ECL) immunoassays. 2) A Multiplexing Instrument with the ability to perform multiple, simultaneous tests on a single sample with 10 assay spots per well. 3) Windows compatible. 4) Use commercially available assay kits. 5) Electric use, 120-240 VAC, 50-60 Hz. FOB: Destination MFR PART NR: AI0AA-0 MODEL: SQ120 CLIN 0002: On site installation/qualification of laboratory instrument as described at Line Item 0001. If on site installation/qualification of laboratory instrument is included with price of instrument, offeror shall clearly state on quotation. FOB: Destination CLIN 0003: Ancillary Lab Instrument Software. Quotation shall specify any ancillary software if necessary to operate laboratory instrument, as described at Line Item 0001.If ancillary lab instrument software is included with price of instrument, offeror shall clearly state on quotation. FOB: Destination CLIN 0004: 1 Year Limited Warranty Service Plan. Quotation shall provide a brief description of any proposed warranty/service plan, at minimum 1 year limited warranty service plan.If proposed warranty/service plan is included with price of instrument, offeror shall clearly state on quotation. FOB: Destination Submission Requirements: The Government will evaluate all submitted responses in accordance with the submission and evaluation criteria described herein. Failure to include any of the items below may render the Offeror non-responsive. Responses to this announcement shall include: 1. A Firm Fixed Price quote, inclusive of all charges and with FOB Destination shipping terms, for each contract line item number (CLIN) in accordance with the requirement as described above and on Attachment 1. The response to this solicitation shall include company name and address, Cage Code, DUNS Number, Point of Contact name and e-mail address, and acknowledgement of amendments to this solicitation (if any). 2. Completed and signed representations and certifications. As prescribed in DFARS 252.204-7004, interested parties must be registered with System for Award Management (SAM) under the NAICS 334516. Representations and certifications must also be on record. These registrations can be done through the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the Government may not delay award for the purpose of allowing a contractor time to register in SAM. See additional instruction as referenced below at 52.212-3, Alternative I, Offeror Representations and Certifications -- Commercial Items. The responses to this solicitation/synopsis shall be submitted VIA E-MAIL ONLY. Ensure that the e-mail is clearly marked to indicate its contents, the solicitation number, and the identity of the firm submitting. Quotes may be submitted in Word or PDF format only. Do not include links to websites in lieu of incorporating information into your quotation. Evaluation Criteria: Lowest Price Technically Acceptable (LPTA) Provisions/Clauses: See Attachment 1 for a full listing of applicable provisions and clauses. Provision 52.212-1 Instructions to Offerors -- Commercial, applies to this acquisition and Addenda to this clause are contained in the section entitled "Submission Requirements" above. Provision 52.212-2 Evaluation -- Commercial Items, anticipated award will be made to the responsible (See also DFARS 252.213-7000), responsive Offeror whose offer represents the best value to the government. For this requirement, best value shall be achieved by using a Lowest Price Technically Acceptable (LPTA) evaluation method. An offer is only considered Technically Acceptable if the quotation clearly indicates the proposed item meets or exceeds the "brand name or equal" salient characteristics listed within Line Item 0001. Award will be made to the offeror who is considered technically acceptable and offers the lowest total price. Offerors must include a completed copy of the provision at 52.212-3, Alternative I, Offeror Representations and Certifications -- Commercial Items, with the quotation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition, see Attachment 1 for a listing of additional FAR clauses applicable to this acquisition. This acquisition is assigned a Defense Priorities and Allocations System (DPAS) rating, DO-09. Submission of quotes: All proposals shall be submitted by 12:00 PM EDT on 20 June 2017. Quotes will only be accepted electronically via e-mail. It is the Offeror's responsibility to confirm that their quotation submission has been received. Email quotations to: Richard W. Totten, Contracting Officer at richard.w.totten2.civ@mail.mil Offerors will not be reimbursed for any costs resulting from quotation preparation or costs associated with inquiring about or responding to this solicitation. Questions: Questions regarding this acquisition may be emailed to Richard Totten, Contracting Officer, no later than 5 business days prior to the due date for the quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d48badd127ddeeb2270929039ee97b78)
 
Record
SN04532068-W 20170607/170605234458-d48badd127ddeeb2270929039ee97b78 (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.