Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2018 FBO #5927
SOLICITATION NOTICE

66 -- Preventive, Remedial (On-Call) Maintenance of a Model 3180TR Liquid Scintillation Counting System, manufactured by Perkin-Elmer Heath Sciences - Performance Work Statement

Notice Date
2/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-18-Q-0033
 
Archive Date
3/14/2018
 
Point of Contact
Shannon N Withrow, Phone: 256-876-3515, Adrian L. Epps, Phone: 2568764912
 
E-Mail Address
shannon.n.withrow.civ@mail.mil, adrian.l.epps.civ@mail.mil
(shannon.n.withrow.civ@mail.mil, adrian.l.epps.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS 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; proposals are being requested and a written solicitation will not be issued. Solicitation number W31P4Q-18-Q-0033 is issued as a request for quotation (RFQ). The Government reserves the right to award without discussions. The solicitation document and incorporated provisions and clauses are in effect through the Federal Acquisition Circular 2005-80. The requirement is not a set aside. The associated NAICS code is 334516. The small business size standard is 1000 employees. Description of the requirement is as follows: Solicitation Number W31P4Q-18-Q-0033 is issued as a request for a Firm Fixed Price quote for the acquisition of Preventive & Remedial (On-Call) Maintenance of a Model 3180TR Liquid Scintillation Counting System, manufactured by Perkin-Elmer Health Sciences, Inc. of Shelton, CT. A base year of performance is anticipated with two additional option years which shall be exercised based upon continuing need of services and availability of funding. The statutory authority allowing for solicitation to a single source is 10 USC 2304 (g)(1)(A) as implemented by Federal Acquisition Regulation (FAR) Part 13.106-1(b)(1). The Government intends to use the policies and procedures of FAR Part 12 in conjunction with those at FAR Part 13 for this effort. Recommended CLIN Structure is as follows: 0001 BASE YEAR Preventive & Remedial (On-Call) Maintenance, Perkin Elmer Model 3180TR Liquid Scintillation Counting System (per attached PWS) 0002 OPTION YEAR 1 Preventive & Remedial (On-Call) Maintenance, Perkin Elmer Model 3180TR Liquid Scintillation Counting System (per attached PWS) 0003 OPTION YEAR 2, Preventive & Remedial (On-Call) Maintenance, Perkin Elmer Model 3180TR Liquid Scintillation Counting System (per attached PWS) The place of inspection and acceptance is W80RA6. FOB is at Destination. Shipping Address is as follows: (Standard commercial packaging and shipping is sufficient for this requirement) W80RA6 U.S. Army TMDE Activity Nuclear Counting Laboratory Building 5417, Jungermann Road Attention: Charles M. Johnson or Dr. Shen Zhu Redstone Arsenal, AL 35898-5000 The requiring activity requests this contract have a period of performance of twelve (12) months for each contracted year (base and options), beginning on the actual date of contract award. Provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition and any addenda to the provision also apply. Provision at 52.212-2, Evaluation - Commercial Items, is applicable. The lowest price technically acceptable is the sole evaluation factor. Non cost factors are of equal importance to price. Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and any addenda to the provision also apply. Clause at 52.212-5 Contract Terms and Conditions - Required to Implement Statutes or Executive Orders - Commercial Items, also applies to this acquisition and additional FAR clauses may be cited as needed. Terms and conditions for this requirement are consistent with customary commercial practices. Contract financing is not authorized. Payment shall be made through Wide Area Work Flow (WAWF), in Accordance with DFARS 252.232-7006. DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports and Instructions. Payment method shall be through Wide Area Work Flow. DFARS 252.232-7006 - Wide Area Work Flow Payment Instructions. This a DPAS DO rated order. Oral Communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the Agency. Quotes are due no later than 5:00 pm CST on the 27th February 2018. EVALUATION FACTORS: The Contractor's proposal must be determined acceptable in terms of price reasonableness, technical compliance with the PWS (to include Nuclear Regulatory Commission Licensing Requirements), use of original equipment manufacturer parts only, ability to implement/install proprietary PerkinElmer software and firmware upgrades per manufacturer's recommended schedule, and turn-around-time. Quotes shall be submitted by email only to Shannon.n.withrow.civ@mail.mil. Other electronic or hard copy submissions are not authorized. QUOTES/OFFERS RECEIVED AFTER THE SPECIFIED DUE DATE AND TIME WILL NOT BE CONSIDERED FOR AWARD. For further information regarding this solicitation, contact Shannon Withrow 256-876-3515 or Shannon.n.withrow.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3b87ed8ac7ebb70fa3d09848784d84cd)
 
Record
SN04820596-W 20180214/180212231920-3b87ed8ac7ebb70fa3d09848784d84cd (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.