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
MODIFICATION

66 -- MICROINJECTOR

Notice Date
8/11/2017
 
Notice Type
Modification/Amendment
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road, VICKSBURG, Mississippi, 39180-6199, United States
 
ZIP Code
39180-6199
 
Solicitation Number
W81EWF71930776
 
Point of Contact
Amy E. Pant, Phone: 6016342254
 
E-Mail Address
amy.e.pant@usace.army.mil
(amy.e.pant@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Furnish and deliver procure a micromanipulator and microinjector that is compatible with the laboratory's existing Eppendorf accessories or the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC) Environmental Laboratory (EL) in Vicksburg, MS. This solicitation is being issued as a Request for Quote (RFQ) with the intent to issue a single Firm-Fixed Price Contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. This procurement is being competed as a 100% Small business Set-Aside. The NAICS code for this procurement is 333314 - Optical instrument and lens; Size Standard 500 Employees. This procurement is being conducted in accordance with regulations at FAR Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures. The ERDC EL has a requirement for procure a micromanipulator and microinjector that is compatible with the laboratory's existing Eppendorf accessories. Delivery time is no later than the 30th of September unless otherwise specified and agreed upon by the ERDC Contracting Officer. Project Specifications: A micromanipulator and microinjector that is compatible with the laboratory's existing Eppendorf accessories. This microinjector instrument must have a micromanipulator with a max speed of 10,000 um/s with dual joysticks for direct and dynamic movement control, a micromanipulator with dynamic movement control, a programmable microinjector that is compatible with the micromanipulator and has an injection time of 0 to 99.9 seconds in 0.1 second increments with an inject pressure of 0 and 5 to 6000 hPa along with integrated pressure supply including a foot control, a manual pneumatic microinjector with gears 1:1 and 1:10 for holding and injecting, a hand control for the microinjector, and an adapter for micromanipulation system for a Nikon Eclipse, Diaphot 200, 300 and Eclipse Ti-E, Ti-U, Ti-S, TE200, TE300, TE2000 microscopes. The government intends to make a single award for this requirement. Quotes for less than the required items will not be accepted. The government intends to award without discussions while reserving the right to communicate with offerors if determined advantageous to the government. Offerors are encouraged to provide their best quoted pricing in their initial quote. The basis of the award will be Lowest Price Technically Acceptable (LPTA) FAR Clause 52.212-2 - Evaluation Factors - Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: All quotes submitted will be evaluated for (1) Technical Capability and (2) Price. The government will issue an award to the offeror whose quote is the Lowest Price of those determined to meet at least the minimum requirements to be determined Technically Capable. (1) Technical Capability is defined as the documented capability to meet the minimum requirements of the project as specified in this solicitation and the attached specifications, including evidence of the offeror's capability to provide the items specified and the ability to meet or exceed the specified delivery schedule. It is incumbent upon the offeror to submit sufficient documentation and information for the Government to determine technical capability and quoted price. Failure to submit sufficient information for the government to determine technical capability and quoted price may be cause for rejection of your quote. SAM Registration: Pursuant to FAR Provision 52.204-7, prior to award offerors shall be registered in the System for Award Management (SAM), if you are not registered in (SAM), an award CANNOT be made to your company. You may register electronically at http://www.sam.gov. Before a complete evaluation of your quote can be made offerors must provide quote mark Offeror Representations and Certifications for their company. The preferred method for providing Reps & Certs is to include this information in your SAM registration. Offerors who do not include their Reps & Certs in their SAM registration must print, complete, and include FAR Clause 52.212-3 Alt I, Offeror Representations and Certifications - with their quote package. The following FAR Clauses & Provisions apply to this acquisition: FAR 52.204-7 System for Award Management; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; FAR 52.212-3, Alt I Offeror Representations and Certifications; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items - The following clauses cited within FAR Clause 52.212-5 are applicable: FAR 52.204-10 Reporting Executive Compensation and First Tier Sub Contract Awards; FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor Debarred, Suspended or Proposed for Debarment; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management; FAR 52.233- 3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-2 Clauses Incorporated by Reference; The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. The following DFARS Clauses and Provisions are applicable to this acquisition: DFARS 252.203-7000 Requirement Relating to Compensation of Former DoD officials; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD officials; DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.247-7023 Transportation of Supplies by Sea; The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. Technical Inquiries and Questions All technical inquiries and questions relating to this solicitation are to be submitted to Amy Pant via e-mail at Amy.E.Pant@usace.army.mil. Offerors are encouraged to submit questions at least 3 days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Offerors are requested to review the specifications in their entirety and review the FedBizOps website for answers to questions prior to submission of a new inquiry. Notes to Offerors: Quotes are due Tuesday August 15, to U.S. Army Corps of Engineers, ERDC Contracting Office, by email to Amy.E.Pant@usace.army.mil. For information concerning this solicitation, contact Amy Pant via e-mail at Amy.E.Pant@usace.army.mil. You are responsible for reading all information contained in this solicitation and all attachments if any posted with it. Offerors should check the FedBizOpps web site often for a new solicitation and/or amendments to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF71930776/listing.html)
 
Place of Performance
Address: 3909 Halls Ferry, Vicksburg, Mississippi, 39180, United States
Zip Code: 39180
 
Record
SN04625395-W 20170813/170811232248-dda806304606546966272c49cbcefbe5 (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.