Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
SOLICITATION NOTICE

58 -- Pre-loaded PIT Tags for Fish Tagging

Notice Date
8/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Interior, Bureau of Reclamation, BOR - All Offices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
 
ZIP Code
80225
 
Solicitation Number
R17PS01096
 
Archive Date
9/7/2017
 
Point of Contact
Leslie Dieguez, Phone: 702-293-8369
 
E-Mail Address
ldieguez@usbr.gov
(ldieguez@usbr.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(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; quotations are being requested. (ii) A request for quote (RFQ No. R17PS01096) is being issued subsequent to this combined solicitation/synopsis. The RFQ and all associated documents may be found by going to the following website: https://www.fedconnect.net/, then clicking on "Search Public Opportunities Only", and then searching by "Reference Number" R17PS01096 (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-95. (iv) This requirement is set-aside to small businesses. The North American Industry Classification System (NAICS) Code for this acquisition is: 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The small business size standard for NAICS Code 334511 is 1,250 employees. (v) Contract Line Item Numbers (CLINS) are as follows: CLIN 0001 - Pre-loaded PIT Tag tray of 100 needles, to include delivery in pricing, Quantity: 500 each *OPTIONAL CLIN 0002 - Pre-loaded PIT Tag tray of 100 needles, to include delivery in pricing, Quantity: 250 each (this CLIN is expected to be exercised within 365 days after award - see FAR Clause 52.217-7, Option for Increased Quantity - Separately Prices Line Item) *OPTIONAL CLIN 0003 - Pre-loaded PIT Tag tray of 100 needles, to include delivery in pricing, Quantity: 250 each (this CLIN is expected to be exercised within 365 days after award - see FAR Clause 52.217-7, Option for Increased Quantity - Separately Prices Line Item) (vi) The Bureau of Reclamation has a requirement for a contractor to supply and deliver 500 trays of 100 Pre-loaded PIT Tags for fish tagging with two optional line items to increase quantities as stated in CLIN 0002 and 0003. Proposed product must meet the following salient characteristics: 3 1. Dimension: 12.5 mm (+/- 0.4mm) length,2.12mm (+/- 0.1mm) diameter 2. ICAR approved 3. ISO standard 11785 / 11784 for FDX-B, 134.2 (+/-1.5) kHz 4. Bioglass encapsulated for biological application 5. Packaged in trays of 100 preloaded, single use PIT tag needles for use with the Biomark MK-25 implant gun Product literature must be submitted along with your quote to demonstrate that the product being offered meets the above salient characteristics. A known commercially available product that meets Reclamation's requirements is Biomark's FDX-B HPT12 Pre-Load Tray (HPT12PLT). Reclamation anticipates awarding one firm-fixed price purchase order as a result of this RFQ. (vii) Delivery Requirements: If all 500 trays cannot be delivered within 30 days after receipt of order, delivery shall be split into two shipments. First shipment shall be 250 trays delivered within 30 days after receipt of order and additional 250 trays shall be delivered within 60 days after receipt of order. *Note - delivery of remainder 500 trays (optional CLINS) to be determined, if options are exercised. Place of delivery is Bureau of Reclamation, Lower Colorado Regional Office Warehouse/Receiving, 500 Fir Street, Boulder City, NV 89005-0400. Shipping should be free on board (FOB) Destination. THE FOLLOWING CLAUSES, PROVISIONS, AND ADDENDUMS ARE APPLICABLE TO THIS COMMERCIAL ITEM ACQUISITION: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items is applicable to this RFQ. The following addendum is also applicable to this RFQ. In addition to the requirements of the Instructions to Offerors - Competitive Acquisitions provision of this solicitation, each quoter shall submit a quote in accordance with the instructions contained in this provision. (A) GENERAL QUOTATION INSTRUCTIONS (1) Vendor shall submit a quote for CLIN 0001 and optional CLINS 0002 and 0003. (2) Quoters shall also address the delivery timeframes in their quote for CLIN 0001, as these are mandatory delivery dates [see delivery requirements under part (vii)]. (3) Quoters shall include product cut sheets, product literature, independent lab testing results (if offering a product other than Biomark), and any other supporting documentation that demonstrates how the proposed product meets the required salient and performance characteristics as stated above under part (vi). (4) Quoters should submit at least three (3) relevant past performance references. (5) Submit the following information: Dun and Bradstreet Number Systems (DUNS): ______________ Contractor E-mail Address: ______________________________ (ix) FAR Clause 52.212-2 -- Evaluation -- Commercial Items applies to this RFQ. Basis for award will be lowest price technically acceptable to the responsible quoter whose quote conforms to the RFQ. The following four (4) factors shall be used to evaluate quotes: Factor 1 - Technical capability of the item offered to meet the Government requirement; Factor 2 - Delivery requirement; Factor 3 - Price; Factor 4 - Past performance (Note: A quoter without relevant past performance, or for whom information on past performance is not available; a Neutral rating will be assigned) (b) Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items Offerors are advised include with their offer, a completed copy of the provision 52.212-3, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. To obtain and complete a hard copy of Provision 52.212-3, it can be found in the Federal Acquisition Regulation located at https://www.acquisition.gov/browsefar. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following additional FAR clauses cited in this clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting 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 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.222-54, Employment Eligibility Verification 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-5, Trade Agreements 52.225-13, Restrictions on Certain Foreign Purchases 52.232-29, Terms for Financing of Purchases of Commercial Items 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (xiii) Additional contract requirements include the following clauses and provisions: Provisions - - Addendum to 52.212-1, Instructions to Offeror - Commercial Items: This addendum replaces the term "offer" with "quote" within the provision at 52.212-1. - 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements -Representation - 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representative and Certification - 52.252-1, Solicitation Provisions Incorporated by Reference - 1452.215-71, Use and Disclosure of Proposal Information - Department of Interior - 1452.225-82, Notice of World Trade Organization Government Procurement Agreement Evaluations - Bureau of Reclamation Addendum to FAR Clause 52.212-4 Contract Terms and Conditions - Commercial Items - - 52.217-7, Option for Increased Quantity - Separately Prices Line Item (within 365 days after award date) - 52.232-40, Providing Accelerated Payment to Small Business Subcontractors - 52.242-15, Stop-Work Order - 52.252-2, Clauses Incorporated by Reference - DOI-AAAP-0028, Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP) - DOI-AAAP-0050, Contractor Performance Assessment Reporting System - 1452.222-81 Employment Verification (xiv) Not applicable (xv) All questions shall be submitted via email to LDieguez@usbr.gov by no later than 12 PM local time on Wednesday, August 16, 2017. No additional questions will be accepted after this date. Responses to any questions received will be provided via an amendment. Quotations shall be submitted no later than 4 PM local time on Wednesday, August 23, 2017. (xvi) The Point of Contact for this solicitation is Ms. Leslie Dieguez, Contract Specialist. She may be reached via e-mail at LDieguez@usbr.gov, or by phone at 702-293-8369. *End of Combined Synopsis/Solicitation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d1c6636fa68e0fef50c843a835fa8f86)
 
Record
SN04624908-W 20170813/170811231900-d1c6636fa68e0fef50c843a835fa8f86 (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  © 1994-2020, Loren Data Corp.