Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2009 FBO #2651
SOLICITATION NOTICE

66 -- )Portable Hydrogen Peroxide Vapor Generator - none

Notice Date
2/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, 26 West Martin Luther King Drive, Cincinnati, Ohio, 45268
 
ZIP Code
45268
 
Solicitation Number
RFQ-0H-09-00050
 
Archive Date
3/27/2009
 
Point of Contact
Michael Kreacic,, Phone: 513-487-2104
 
E-Mail Address
kreacic.michael@epa.gov
 
Small Business Set-Aside
N/A
 
Description
RFQ-OH-09-00050 Documents The U.S. Environmental Protection Agency (EPA), National Homeland Security Research Center’s (NHSRC) Decontamination and Consequence Management Program has a requirement for One (1) Portable Hydrogen Peroxide Vapor Generator, with the specifications in Attachment A Technical Specifications. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Refer to RFQ-OH-09-00050 when responding to this request. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-29Ammendment 1. This acquisition is not set-a-side for small business. The NAICS code is 339113 (2002), the size standard is 500 Employees. All supplies shall be provided to the EPA facility located at 4930 Old Page Rd., Durham, NC 27703 after receipt of award. Training included shall be performed at the EPA facility located at 109 T.W. Alexander Dr., Research Triangle Park, NC 27711. The F.O.B. point shall be destination. Price quotes shall include any setup charges. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is applicable and the specific evaluation criteria are as follows: (1) Technical acceptability of the item offered to meet the Government's requirement and (2) price. Technical acceptability shall be evaluated on a pass or fail basis, reference Attachment B Evaluation Criteria. Offers shall provide descriptive technical literature in sufficient detail to demonstrate that the items offered meet the minimum requirements in Attachment A Technical Specifications. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. This clause may be found on the Internet at the following site: http://www.arnet.gov/far/. Clause FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under FAR 52.212-5 paragraph (b), the following additional clauses apply to this acquisition: 52.222-3, Convict Labor (June 2003),52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.225-3, Buy American Act –Free Trade Agreements – Israeli Trade Act (Feb 2009) Alternate I (Jan 2004) of 52.225-3, 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct. 2003); EPAAR 1552.211-79 Compliance With EPA Policies For Information Resources Management (I,II & III)(OCT 2000)(This document can be found at: http:www.epa.gov/docs/etsdop/). Offerors shall submit 1 copy of their offer, referencing RFQ-OH-09-00050, no later than THURSDAY, March 12, 2009 at 2:00 PM EST to Michael Kreacic as follows: via email at kreacic.michael@epa.gov or via fax at 513-487-2107. Quotations may be sent via regular mail to: U.S. EPA, ATTN: Michael Kreacic, Mail Code: NWD-CPOD, 26 West Martin Luther King Drive, Cincinnati, OH 45268, or via Express Mail/Hand Carry to: U.S. EPA, 4411 Montgomery Road, Suite 300, Norwood, OH 45212. Questions may be submitted in writing to Michael Kreacic at FAX number 513-487-2107 or via e-mail at kreacic.michael@epa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ff3e4d9a0668b2ee052e3013499a6e9e&tab=core&_cview=1)
 
Place of Performance
Address: 4930 Old Page Rd., Durham, NC 27703, Durham, North Carolina, 27703, United States
Zip Code: 27703
 
Record
SN01757649-W 20090228/090226220118-ff3e4d9a0668b2ee052e3013499a6e9e (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.