Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 18, 2009 FBO #2610
SOLICITATION NOTICE

66 -- WQ029216 ORTHOGONAL - MALDI 2

Notice Date
1/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
 
ZIP Code
72079-9502
 
Solicitation Number
1051272-1
 
Archive Date
2/17/2009
 
Point of Contact
Thomas M Dumas,, Phone: 404-253-1253
 
E-Mail Address
thomas.dumas@fda.hhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information include in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 1051272-1. This solicitation is issued as a Request for Quote (RFQ). Quotations are due (15) days from the publication date of this synopsis or 2 February 2009, by 2:00 p.m. Eastern Standard Time, local prevailing time in Atlanta, GA: at Food and Drug Administration, Attention: Thomas Dumas, 60 8th Street, NE, Atlanta, GA 30309. The quotation must reference solicitation number 1051272-1 The Offers are due in person, by mail or fax. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-28, December 12, 2008. The associated North American Industry Classification System (NAICS) code is 334516 – Analytical Laboratory Instrument Manufacturing, and the Small Business Size Standard is 500 employees. The Food and Drug Administration is soliciting for the following: • One (1) each WQ029216 Orthogonal – MALDI II Source for the Applied Biosystems/MDS SCIEX QSTAR SYSTEM. • FREIGHT Contract Type: Commercial-Item Firm Fixed Price. FOB Point: Destination. Delivery for equipment and services provided is Food and Drug Administration, One Iberville Dr, Dauphin Island, AL 36528 The technical quotations will receive paramount consideration over cost and past performance; however, cost will be evaluated for price reasonableness. The Government reserves the right to make its decision on the basis of initial quotations received and not have discussions. Therefore, each initial quotation should contain the offeror’s best terms from both a price and technical standpoint. Offerors shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offerors equipment. The Government is not responsible for locating or securing any information, which is not identified in the proposal. Offerors must include a complete copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items with its offer. Applicability of FAR PROVISIONS: THE FOLLOWING FEDERAL ACQUISITION REGULATION (FAR) PROVISIONS AND CLAUSES APPLY TO THIS REQUEST FOR QUOTES AND ARE INCORPORATED BY REFERENCES: 52.212-1 INSTRUCTIONS TO OFFERORS (JUNE 2008); 52.212-4 CONTRACT TERMS AND CONDITIONS---COMMERCIAL ITEMS (OCT 2008). 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS---COMMERCIAL ITEMS (JUNE 2008); THE FOLLOWING CLAUSES ARE APPLICABLE: 52.219-6; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-50; 52.225-1; 52.225-3; 52-225-13, AND 52.232.33. FULL TEXT OF CLAUSES AND PROVISIONS CAN BE OBTAINED AT http://www.acquisition.gov CCR Requirement – Offeror’s must be registered in the Central Contractor Registration (CCR) before an award can be made. If offeror’s are not registered in CCR, they may do so by accessing the CCR web site at: http://www.ccr.gov. A standard commercial warranty on parts and workmanship is required. The Defense Priorities and Allocation System (DPAS) and assigned are not applicable to this solicitation notice.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bb3ce73e6e86fd8d81984fd0857e7ac9&tab=core&_cview=1)
 
Place of Performance
Address: Food and Drug Administration, One Iberville Drive, Dauphin Island, Alabama, 36528, United States
Zip Code: 36528
 
Record
SN01733914-W 20090118/090116215245-bb3ce73e6e86fd8d81984fd0857e7ac9 (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.