Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2018 FBO #6096
SOLICITATION NOTICE

66 -- Handheld X-Ray Fluorescence (XRF) Analyzer - SP4702-18-Q-0557

Notice Date
7/31/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43216-5000, United States
 
ZIP Code
43216-5000
 
Solicitation Number
SP4702-18-Q-0557
 
Archive Date
8/25/2018
 
Point of Contact
Ricardo Blanco Soto, Phone: 6146925296
 
E-Mail Address
ricardo.blancosoto@dla.mil
(ricardo.blancosoto@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
SP4702-18-Q-0557, Solicitation PR: 74785986 FR: 200082723 Ledger: 61003110 Cost Center: 3000511 Request for Quote: SP4702-18-Q-0557 Description: Handheld X-Ray Fluorescence Analyzer Period of Performance: 90 days after award. Location: Defense Supply Center, Product Test Center Columbus (TM-Lab), 300 N, James Road, Building 17-3, Columbus, Ohio 43213 Contract Lines: 0001 "Instrument and Laboratory Equipment" (Section B, Attachment # 2). Full and Open Competition, Firm-Fixed-Price, and Commercial Acquisition FOB Destination with Inspection and Acceptance at Destination (WAWF Acceptance DoDAAC# SL0700) FAR 12.6 "Streamlined Procedures for Evaluation and Solicitation for Commercial Items" and FAR 13 "Simplified Acquisition Procedures" regulations and procedures will be utilized. 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; quotes are being requested and a written solicitation will not be issued. This solicitation, SP4702-18-Q-0557, is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, effective 15 Jun 2018. Solicitation opening date is July 31, 2018 and closing date is August 10, 2018 at 12:00 p.m. (Eastern Time). This procedure combines the synopsis required by FAR 5.203 and the issuance of the solicitation into a single document. The NAICS code is 334516 and the business size standard is 500 employees. The following commercial items are requested in this solicitation: Item Description, see attachment # 1 Contract Line Item Numbers (CLIN), and quantities are as follows: Section B, attachment #2: CLIN 0001 "6640-N00000473", Quantity "1.00", Unit of Issue "EA", Delivery "90 days after award". Full Text and Provisions and Clauses, see attachment # 3 It is anticipated that a firm-fixed price purchase order will be awarded for the requested supply as a result of this combined synopsis/solicitation. Award will be based on Lowest Price Technically Acceptable. Single award is expected to be made for this acquisition. The following FAR, DLAD, and DFARS provisions and clauses are incorporated into this solicitation by reference: 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidential Agreements or Statements-Representation (JAN 2017) FAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (SEP 2011) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011) DFARS 52.204-7, System for Award Management (OCT 2016) FAR 52.204-16, Commercial and Government Entity Code Reporting (JUL 2015) FAR 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2015) FAR 52.204-19, Incorporation by Reference of Representations and Certifications (DEC 2014) FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUN 2018) FAR 252.204-7003, Control of Government Personnel Work Product (APR 1992) DFARS 252.204-7008, Compliance with Safeguard Covered Defense Information Controls (OCT 2016) DFARS (see attachment #3) 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (OCT 2016) DFARS (See attachment #3) 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (MAY 2016) DFARS (See attachment 3) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) DFARS 52.212-1, Instruction to Offerors - Commercial Items (OCT 2015) FAR 52.212-2, Evaluation- Commercial Items (OCT 2014) FAR (see attachment #3) 52.212-3, Offeror Representations and Certifications-Commercial Items (OCT 2016) FAR (see attachment #3) 52.212-3, Offeror Representations and Certifications-Commercial Items, Alternate I (OCT 2014) FAR 52.212-4, Contract Terms and Conditions- Commercial Items (JAN 2017) FAR (see attachment #3) Addendum to 52.212-4 Contract Terms and Conditions- Commercial Items - USA MANUFACTURED ITEM "ONLY". 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (NOV 2017) FAR (see attachment #3) L08, Use of Past Performance Information Retrieval System- Statistical reporting in Past Performance Evaluations (OCT 2016) DLAD 52.216-24, Limitations of Government Liability (APR 1984) FAR (see attachment #3) 52.216-25, Contract Definitization (OCT 2010) FAR (see attachment #3) 252.225-7001, Buy American and Balance of Payments Program (DEC 2017) DFARS 252.225-7001, Buy American and Balance of Payments Program ALT (DEC 2017) DFARS 252.225-7002, Qualifying County Sources as Subcontractors (DEC 2017) DFARS 252.225-7048, Export - Controlled Items (JUN 2013) (see attachment #3) DFARS 52.227-1, Authorization and Consent (DEC 2007) FAR 52.227-2, Notice and Assistance Regarding Patent and Copyrights Infringement (DEC 2007) FAR 52.232-18, Availability of Funds (APR 1984) FAR 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013) FAR 252.232-7010, Levis on Contract Payments (DEC 2006) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) DFARS 252.323-7006, Wide Area Workflow Payment Instructions (MAY 2013) DFARS (see Attachment #3) 52.233-9001, Dispute-Agreement to Use Alternate Dispute Resolution (DEC 2016) DLAD 52.242-15, Stop - Work Order (AUG 1989) FAR 52.242-17, Government Delay of Work (APR 1984) FAR 52.246-2, Inspection of Supplies- Fixed Price (AUG 1996) FAR 52.246-17, Warranty of Supplies of a Noncomplex Nature (JUN 2003) FAR (see Attachment #3) 252.246-7000, Material Inspection and Receiving Report (MAR 2008) DFARS 252.246-7003, Notification of Potential Safety Issues (JUN 2013) DFARS 52.247-34, F.O.B. Destination (Nov 1991) FAR 52.247-58, Loading, Blocking, and Bracing of Freight Car Shipments (APR 1984) FAR 252.247-7023, Transportation of Supplies by Sea (APR 2014) DFAS 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2, Clauses Incorporated by Reference (FAR 1998) FAR (see Attachment #3) 52.252-5, Authorized Deviations in Provisions (APR 1984) FAR 52.252-6, Authorized Deviations in Clauses (APR 1984) FAR (see Attachment #3) 52.253-1, Computer Generated Forms (JAN 1991) FAR System of Award Management Requirement No award will be made to a Contractor not registered in the System of Award Management (SAM). In addition, the Contractor's Representations and Certification must be listed in the SAM database. Reference https://www.acquisition.gov or https://www.sam.gov/portal/public/SAM/. Note: There is no fee to register and use this site. During the contract, the Contractor must always have an active status in SAM during the life of this contract. Invoices will be paid using the financial information provided in the Contractor's SAM profile. Failure to keep an active status may result in payment delays and other administration delays. The following clauses are incorporated by full text. The full text is found in Attachment #3. 252.204-7008, Compliance with Safeguard Covered Defense Information Controls (OCT 2016) DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (OCT 2016) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (MAY 2016) DFARS 52.212-2 Evaluation- Commercial Items (OCT 2014) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2016) FAR 52.212-4 Contract Terms and Conditions- Commercial Items (JAN 2017) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (NOV 2017) FAR 52.216-24 Limitation Of Government Liability (APR 1984) FAR 52.216-25 Contract Definitization (OCT 2010) FAR 252.225-7048 Export Controlled Items (JUN 2013) DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (MAY 2013) DFARS 52.246-17 Warranty of Supplies of a Noncomplex Nature (JUN 2003) FAR 52.252-2, Clauses Incorporated by Reference (FAR 1998) FAR 52.252-6, Authorized Deviations in Clauses (APR 1984) FAR Standard Form (SF) - 1449 (pages 1 and 2), see attachment # 4. Quotes are due by 12:00 p.m. (EST) time on August 10, 2018. Electronic proposals must be submitted via e-mail to Kristin Schoeck at kristin.schoeck@dla.mil. Facsimile proposals will not be accepted. Questions regarding this solicitation may be directed to Kristin Schoeck at kristin.schoeck@dla.mil no later than Tuesday August 6, 2018 before noon. Attachments: #1 - Item Description #2 - Section B #3 - Full Text Provisions and Clauses #4- SF-1449 Bid MUST be good for 45 calendar days after close of Buy. Please complete provision 52.212-3, Offeror Representations and Certifications- Commercial Items; OR indicate that your company's representation's and certifications are current and available via Sam.gov. Questions shall be addresses to Contract Specialist: Kristin Schoeck DLA Land and Maritime DCSO-C 3990 E. Broad St., Bldg 20 Columbus, OH 43218 kristin.schoeck@dla.mil, Phone: 614-692-0489 PLEASE PROVIDE THE FOLLOWING INFORMATION SO YOUR COMPANY CAN BE ENTERED INTO OUR COMPUTER SYSTEM: CAGE Code (Commercial & Government Entity No.) _______________ (SF 1449, 1ST PAGE, BLOCK #17a). DUNS (Dun & Bradstreet) No. _________________________ (SF 1449, 1ST PAGE, BLOCK #17a) SAM (System for Award Management): Yes or No (circle one). TAX ID NO. (TIN):_____________________________. Business size (in accordance with Federal Government Standards) Small ____ Large ____Women-Owned____ Disadvantaged _____ Other_____
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SP4702-18-Q-0557/listing.html)
 
Place of Performance
Address: Defense Supply Center Columbus (DSCC), 300 N. James Rd., Bldg 17-3, Columbus, Ohio, 43213, United States
Zip Code: 43213
 
Record
SN05014568-W 20180802/180731231405-833741f2b49a11dca01d3a9a78907e14 (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.