Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2024 SAM #8235
SOLICITATION NOTICE

66 -- FT-IR MICROSCOPE WITH ACCESSORIES

Notice Date
6/12/2024 12:37:46 PM
 
Notice Type
Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NAVAL RESEARCH LABORATORY WASHINGTON DC 20375-5328 USA
 
ZIP Code
20375-5328
 
Solicitation Number
N0017324Q5248
 
Response Due
6/17/2024 7:00:00 AM
 
Archive Date
06/18/2024
 
Point of Contact
RICHARD KEY
 
E-Mail Address
RICHARD.A.KEY2.CIV@US.NAVY.MIL
(RICHARD.A.KEY2.CIV@US.NAVY.MIL)
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, ""Streamlined Procedures for Evaluation and Solicitation for Commercial Items,"" as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-07 Effective: 09-10-2021 This is a full and open competitive announcement in accordance with 19.502-2 (a) on a Firm-Firm Fixed-Price (FFP) basis. The associated North American Industrial Classification System (NAICS) code for this procurement is __334516___, The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is ___6640___. The Naval Research Laboratory (NRL), located in Washington, DC, is seeking to purchase BRUKER SCIENTIFIC FT-IR Microscope Upgrade Package All interested companies shall provide quotations for the following: �See specification attachment Supplies: BRAND NAME Delivery Address: ____X____���� U.S. Naval Research Laboratory 4555 Overlook Avenue, S.W. Bldg. 49 � Shipping/Receiving Code 3400 Washington, DC 20375 ________���� U.S. Naval Research Laboratory 7 Grace Hopper Avenue, Bldg. 702 Monterey, CA� 93943-5502 ________���� U.S. Naval Research Laboratory 7 Grace Hopper Avenue, Stop 2 Bldg. 704 Monterey, CA 93943-5502 ________���� US Naval Research Laboratory Stennis Space Center Bldg. 2406, Code 7035.2 Stennis Space Ctr., MS 39529-5004 **FOB DESTINATION IS THE PREFERRED METHOD** Estimated Delivery Time: __________________ For FOB ORGIN, please provide the following information: FOB Shipping Point: _______________________ Estimated Shipping Charge: _________________ Dimensions of Package(s): ____________________ Shipping Weight: __________________________ SUBMISSION INSTRUCTIONS: All Quoters shall submit 1 (one) copy of sign/dated solicitation and include their technical and price quote (if applicable) Include your company DUNS Number and Cage Code on your quote. All quotations shall be sent via e-mail. Buyer Name: ____RICHARD KEY____, email: ___richard.a.key2.civ@us.navy.mil. Please reference this combined synopsis/solicitation number on your correspondence and in the ""Subject"" line of your email. ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions.� Award may be made without discussions or negotiations, therefore prospective contractors should have an active registration in the System for Award Management (SAM) database (www.sam.gov) in accordance with Federal Acquisition Regulation (FAR) Part 4.1102 and Part 52.204-7 when submitting a response to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable - Offers will be ranked lowest to highest according to price. A price analysis will be conducted to determine whether the lowest price will result from a single award or multiple awards. Based on the price analysis, the lowest price offer or multiple offers, will be forwarded to the requiring activity for technical evaluation (offer(s), in accordance with the specifications, will be deemed either technically acceptable or technically unacceptable). If the lowest price offer or offers is found technically acceptable and the pricing determined fair and reasonable by the Contracting Officer, evaluation will be deemed complete and award will be made based on the lowest price offer(s). If the lowest price offer is determined technically unacceptable, another analysis will be conducted amongst the remaining offers to determine if a single or multiple awards will provide the lowest price.� The lowest price offer(s) will be sent for technical evaluation. This process is repeated in order of price until an offer or combination of offers is deemed technically acceptable and price is determined fair and reasonable. Options. When applicable, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Terms and Conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Exceptions. Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than the response date listed above. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail. See attached RFQ 1449 for requirements
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5329438c08f94f47afb7912d2fc3bbaa/view)
 
Place of Performance
Address: Washington, DC 20375, USA
Zip Code: 20375
Country: USA
 
Record
SN07095308-F 20240614/240612230118 (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.