Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2017 FBO #5753
SOLICITATION NOTICE

66 -- Peak Scientific Genius 1053 230V Units - Peak Scientific Genius 1053 230V Units Brand Name Justification

Notice Date
8/22/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Administrative Programs Division (APD), 99 New York Avenue, NE, 3rd Floor - Acquisitions, Washington, District of Columbia, 20226
 
ZIP Code
20226
 
Solicitation Number
DJA-17-ALAB-PR-1190PEAKSCIENTIFIC
 
Archive Date
9/13/2017
 
Point of Contact
Amanda M. Boshears, Phone: (202) 648-9018
 
E-Mail Address
amanda.boshears@atf.gov
(amanda.boshears@atf.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Peak Scientific Genius 1053 230V Units Brand Name Justification This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this Notice. This announcement constitutes the only solicitation for which quotations are being requested. Another written solicitation will not be issued. This Request for Quotation (RFQ) document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This requirement is set-aside for Small Businesses (SBs) under NAICS Code 334516, ‘Analytical Laboratory Instrument Manufacturing ‘, with a SB size standard of 1000 employees. The Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF) requires the purchase of the following: Line Item 1: One (1) Peak Scientific Genius 1053 230 V unit (Forensic Science Lab - Atlanta) Line Item 2: One (1) Peak Scientific Genius 1053 230 V unit (Forensic Science Lab - San Francisco). Line Item 3: Trade-in discount of the two (2) aged generators SEE ATTACHED BRAND NAME JUSTIFICATION. THIS REQUIREMENT IS FOR THE EXACT MATCH IN THE JUSTIFICATION. THE GOVERNMENT WILL NOT CONSIDER ALTERNATE OR SUBSTITUTE EQUIPMENT AND THE QUOTE WILL BE DETERMINED TO BE TECHNICALLY UNACCEPTABLE. The requested delivery date is six weeks from date of award. The delivery addresses and points of contact will be provided in the award document. Shipping must be Free-On-Board (FOB) Destination Continental United States (CONUS), meaning that the seller delivers the goods on its conveyance at destination and is responsible for the cost of shipping and risk of loss. NO PARTIAL SHIPMENTS are permitted unless specifically authorized at the time of award. Vendors MUST be registered and Active in the System for Award Management (SAM) system (www.SAM.gov) at the time of quotation submission, pursuant to FAR 52.204-7. Questions related to this Buy must be sent via email to Amanda.Boshears@ATF.gov by Friday, 8/24/17, 5:00pm Eastern Standard Time (EST). Questions not received by then will be considered LATE and may not be considered or addressed. OPEN MARKET Quotes should be submitted via email to Amanda.Boshears@ATF.gov by the Close of this Buy, Tuesday, 8/29/17, 4:00pm EST. The RFQ # should be clearly displayed on the Quote and in the Subject of the email. Quotes MUST be good for 30 calendar days after the close of the Buy and should be submitted in Good-Faith in order to be responsive. To be considered for award, vendor must be either the manufacturer or a manufacturer/Federally-authorized distributor of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the timeframes specified by the Buyer on the award. Sellers may be required to provide documentation as proof of authorization prior to Award. Items must be NEW and covered by the manufacturer's warranty. ATF will award to the responsible Small Business whose quote conforming to the RFQ will be the most advantageous/best value using the Lowest-Price-Technically-Acceptable (LPTA) method. ATF may review the past performance/delivery of the seller to help determine its technical capability. The selected vendor must comply with the following FAR commercial provisions and clauses, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; 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 selected vendor must also comply with FAR 52.203-18, 52.209-11, and 52.211-6. The full text of these clauses may be viewed via https://www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BATF/APMD/DJA-17-ALAB-PR-1190PEAKSCIENTIFIC/listing.html)
 
Record
SN04640867-W 20170824/170822232434-2a01a53e5139535e95076d8484cb5c16 (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.