Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 30, 2017 FBO #5790
MODIFICATION

66 -- Thermo Scientific Lab Equipment

Notice Date
9/28/2017
 
Notice Type
Modification/Amendment
 
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-1191
 
Archive Date
10/14/2017
 
Point of Contact
Sheray Millhouse, Phone: (202) 648-9071
 
E-Mail Address
Sheray.Millhouse@ATF.gov
(Sheray.Millhouse@ATF.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this Notice. Since this announcement constitutes the only solicitation for which quotations are being requested, no other written solicitation will be issued. This Request for Quotation (RFQ) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The Forensics Science Lab within the Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF) requires: Line Item 0001 : A Thermo Scientific® Vanquish ultra performance liquid chromatograph (UPLC) with attached TSQ Quantis triple quadrupole MS/MS Detector (QQQ) for the analysis of various types of evidence to include explosives per the attached justification. ATF also needs all of the necessary individual components: the TSQ02-10001 TSQ Quantis; 5400.0105 Vanquish Horizon Binary LSMS Bundle; OPTON-10000 nitrogen (N2) generator; 5082.0020 DAD-3000RS Rapid Separation Diode Array Detector; connectors, adapters, power regulators, software, and computer(s), monitor(s) or other peripherals needed to operate the system. The following should also be included: factory installation, on-site training, and at least three years of maintenance visits which may include an initial one-year warranty. QTY 1 This equipment should be delivered no later than 12/29/17 to ATF: 355 North Wiget Lane in Walnut Creek, CA 94598. Terms and Conditions : ATF will award to the responsible Seller whose quote, conforming to the RFQ, MEETS OR EXCEEDS (is equal to or better than) the stated criteria and is 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 time for Questions has already passed. An OPEN MARKET Quote(s) should be submitted via email to Sheray.Millhouse@ATF.gov by the Close of this Buy, Friday, 9/29/17, 11:00am EST. The RFQ # should be clearly displayed on the Quote and in the Subject of the email. The Quote 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, the Seller must be either the manufacturer or a manufacturer/Federally-authorized distributors of the equipment/services it's offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer within this RFQ and on the award. Sellers may be required to provide documentation as proof of authorization prior to Award. Sellers MUST be registered and Active in the System for Award Management ( SAM ) system ( www.SAM.gov ) prior to award, pursuant to FAR 52.204-7. Items, if applicable, must be NEW and covered by the manufacturer's warranty. 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. The Awardee 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/. Similarly, the vendor must also comply with the Justice Acquisition Regulation (JAR) clause #2833.103, which can be viewed via http://farsite.hill.af.mil/reghtml/regs/other/jar/2833.htm. The Awardee shall conform to Section 508 of the Rehabilitation Act, if applicable. As part of the Workforce Investment Act of 1998, the U.S. Congress re-authorized Section 508 of the Rehabilitation Act, strengthening it by establishing accessibility standards. The reauthorization dictates that Federal agencies are required to ensure that all electronic and information technology purchased, maintained, or developed meet the new accessibility standards. All information systems shall be compatible with existing technology and software. Section 508 Standards have been incorporated into the FAR, 29 U.S.C. & 794d. The Awardee shall conform to ATF provision # ATF-43, ‘ Corporate Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Delinquent Tax Liability - Solicitation (DEVIATION 2015-02) (March 2015) ' - (a) None of the funds made available by the Department's current Appropriations Act may be used to enter into a contract, memorandum of understanding, or cooperative agreement with a corporation - (1) convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) By submitting a response to this solicitation, the offeror represents that, as of the date of this offer - (1) the offeror is not a corporation convicted of a felony criminal violation under any Federal or State law within the preceding 24 months; and, (2) the offeror is not a corporation that has any unpaid Federal or State tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (End of Provision) The Awardee shall conform to ATF provision # ATF-44, ‘ Contractor Internal Confidentiality Agreements or Statements Prohibiting or Restricting Reporting of Waste, Fraud, and Abuse - Solicitation (DEVIATION 2015-02) (March 2015) ' - None of the funds appropriated to the Department under its current Appropriations Act may be used to enter into a contract, grant, or cooperative agreement with an entity that requires employees or contractors of such entity seeking to report fraud, waste, and abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. By submitting a response to this solicitation, the contractor certifies that it does not require employees or contractors of the contractor seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contractors from lawfully reporting waste, fraud, and abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of Provision) There are no additional contract requirement(s) or terms and condition (such as contact financing arrangements or warranty requirements) determined by the Contracting Officer (CO) to be necessary for this acquisition and consistent with customary commercial practices. The Defense Priorities & Allocations System (DPAS) is not applicable. Only written communication to the CO, Sheray Millhouse, via Sheray.Millhouse@ATF.gov will be considered and accepted within the due dates established in this Buy.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BATF/APMD/DJA-17-ALAB-PR-1191/listing.html)
 
Place of Performance
Address: 355 North Wiget Lane, Walnut Creek, California, 94598, United States
Zip Code: 94598
 
Record
SN04698221-W 20170930/170928231621-99f13d61f49952485e7888603ee190af (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.