Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 24, 2024 SAM #8367
SOLICITATION NOTICE

66 -- Microbial Cell Counter Package

Notice Date
10/22/2024 1:00:50 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NAVAL RESEARCH LABORATORY WASHINGTON DC 20375-5328 USA
 
ZIP Code
20375-5328
 
Solicitation Number
N00173-25-Q-1301192700
 
Response Due
11/4/2024 1:00:00 PM
 
Archive Date
11/04/2024
 
Point of Contact
Ashley Grimes, Phone: 2028759579
 
E-Mail Address
ashley.n.grimes6.civ@us.navy.mil
(ashley.n.grimes6.civ@us.navy.mil)
 
Description
NRL COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS TEMPLATE ($10K & Above) 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 Products and Commercial Services,"" 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) 2024-03 Effective: 23 February 2024 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 D.C. is seeking to purchase Microbial Cell Counter Package. � _X__ See Attached Schedule of Supplies/Services�� or����������� _____ See Chart Below ______ See specification attachment Supplies: BRAND NAME OR EQUAL. Items must be brand name or equal in accordance with FAR 52.211-6. FAR 52.212-1 has been tailored to include the following additional instructions: � This procurement is for new equipment ONLY, unless otherwise specifically stated.� No remanufactured or ""gray market"" items are acceptable. All equipment must be covered by the manufacturer's warranty. � Vendor shall be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, an authorized distributor, or an authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions � Offerors are required to submit documentation from the manufacturer stating that they are an authorized distributor for the specific items being procured. 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** The following FAR & DFARS provisions and clauses as identified below are hereby incorporated. Any FAR & DFARS provisions or clauses not applicable by their terms shall be self-deleting.� Any FAR or DFARS provisions or clause(s) erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation and any resultant contract. The full text of FAR & DFARS provisions and clauses may be accessed electronically at https://www.acquisition.gov.�� The clauses and provisions identified below are to be considered the most up-to-date version, as accessible at https://www.acquisition.gov/. 52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements�Representation 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7, System for Award Management 52.204-16, Commercial and Government Entity Code Reporting 52.204-17, Ownership or Control of Offeror 52.204-20, Predecessor of Offeror 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment � Attached below to be completed and returned with Quote/Proposal. 52.204-26, Covered Telecommunication Equipment or Services - Representation 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use 52.212-1,� Instructions to Offerors-Commercial Products and Commercial Services 52.212-3, Offerors Representations and Certifications-Commercial Products and Commercial Services 52.217-5, Evaluation of Options 52.219-1, Small Business Program Representations 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation 52.225-18, Place of Manufacture 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or ����� Transactions Relating to Iran�Representation and Certifications 52.237-1, Site Visit 52.252-1, Solicitation Provisions Incorporated by Reference NRL also includes the following provisions that must be completed and returned by the offeror: 1. FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations- Representation. 2. FAR 52.222-22, Previous Contracts and Compliance Reports 3. FAR 52.222-25, Affirmative Action Compliance Offerors must complete annual representations and certifications on-line at https://www.sam.gov/� in accordance with FAR 52.212-3, Offerors Representations and Certifications-Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. The following contract FAR CLAUSES apply to this acquisition, unless not applicable by their terms, in which case shall be considered self-deleting. Any FAR clause erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation and any resultant contract: 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services 52.203-3, Gratuities 52.203-12, Limitation of Payments to Influence Certain Federal Transactions 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract 52.219-28, Post-Award Small Business Program Rerepresentation 52.232-1, Payments 52.232-8, Discounts for Prompt Payment 52.232-11, Extras 52.232-23, Assignment of Claims 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-1, Disputes 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.243-1, Changes-Fixed-Price 52.247-34, F.O.B Destination 52.249-1, Termination for Convenience of the Government (Fixed Price)(Short Form) 52.249-4, Termination for Convenience of the Government (Services)(
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9755785a85fd4a45a6319691f6f12298/view)
 
Place of Performance
Address: Washington, DC 20375, USA
Zip Code: 20375
Country: USA
 
Record
SN07246681-F 20241024/241022230106 (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.