Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2022 SAM #7490
SOLICITATION NOTICE

68 -- Ball Milling System With Clamp Jar brand name or equal to a Planetary Ball Mill PM 100 instrument

Notice Date
6/1/2022 7:40:15 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
12305B22Q0070-B
 
Response Due
6/6/2022 7:00:00 AM
 
Archive Date
06/21/2022
 
Point of Contact
Dilynn Rogers, Phone: 3015043691
 
E-Mail Address
dilynn.rogers@usda.gov
(dilynn.rogers@usda.gov)
 
Description
The solicitation number and a statement that the solicitation is issued as a request for quotation (RFQ). ��������������� A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAR FAC 2022-06 May 26, 2022. ��������������� This is a full and open competition and the associated NAICS code is 334516. The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), Sustainable Biofuels and Co-Products Research Unit at the Eastern Regional Research Center in Wyndmoor, PA is searching for firms who are an authorized dealer, authorized distributor, or authorized reseller capable of providing a ball milling system brand name or equal to a Planetary Ball Mill PM 100 instrument. This instrument should serve different purposes such as milling and mixing biomass and/or chemicals. *Please see Specification Sheet for details* ��������������� Performance location: USDA, ARS, NEA, SBCP, 600 East Mermaid Lane, Wyndmoor, PA 19038. � ��������������� Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. ��������������� Provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The Government intends to award a Firm Fixed-Price (FFP) contract. The award will be made on the basis of tradeoff. Tradeoff is used when it may be in the best interest of the Government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror. In order to be considered for award OFFERORS SHALL SUBMIT THE FOLLOWING: (a)������� Submit documentation showing technical capability to meet or exceed Performance Elements and Benchmarks in the Specification Sheet. (b)������� Submit Firm Fixed Price quotation (quote on company letterhead) detailing the item description, total price and valid for at least 60 days after receipt of quote. Item delivered FOB Destination inclusive of all costs. (c)������� Submit Unique Entity ID & DUNS# with quotation. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. ��������������� Offers must have a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, uploaded on Sam.gov by the time quotes are due. ��������������� The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. ��������������� The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached clauses for additional applicable clauses. All questions regarding this announcement must be submitted in writing to the Contracting Specialist, via email to dilynn.rogers@usda.gov by 3 June 2022. Telephone requests for information will not be accepted or returned. Quotes are due on 6 June 2022 NLT 10am EST by email to, Dilynn Rogers at dilynn.rogers@usda.gov. DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest. Biobased Products:� This procurement requires the use of Biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced.� The products should first be acquired from the USDA designated product categories.� All supplies and materials shall be of a type and quantity that conform to applicable Federal specifications and standards, and to the extent feasible and reasonable, include the exclusive use of biobased and recycled products.� Please visit www.biopreferred.gov for more information on the USDA Biobased Program and to reference the catalog of mandatory biobased products.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9f5610c0e35942a6989d1fa8ee676959/view)
 
Place of Performance
Address: Glenside, PA 19038, USA
Zip Code: 19038
Country: USA
 
Record
SN06344514-F 20220603/220601230108 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.