SOLICITATION NOTICE
66 -- Software to Connect Balances to LAN and Laboratory Information Management System (LIMS)
- Notice Date
- 7/9/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, Region V, Acquisition and Assistance Section (MMC-10J), 77 West Jackson Boulevard, Chicago, Illinois, 60604
- ZIP Code
- 60604
- Solicitation Number
- PR-IL-09-00534
- Archive Date
- 8/8/2009
- Point of Contact
- Robert Eichenfeld, Phone: (312) 886-2196, Donald K. Anderson, Phone: (312) 886-7159
- E-Mail Address
-
eichenfeld.robert@epa.gov, anderson.donald@epa.gov
(eichenfeld.robert@epa.gov, anderson.donald@epa.gov)
- Small Business Set-Aside
- N/A
- Description
- NAICS Code: 511210. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The United States Environmental Protection Agency (USEPA), Region 5 Laboratory, has a requirement for software to connect balances and one analytical instrument to LAN and Laboratory Information Management System (LIMS) to generate analytical reports. The software will store the tare (beginning) weights of filters and retrieve them when filters are returned for analysis. The software will do calculations for the Total Dissolved Solids and Total Suspended Solids from the information entered by weighings on a balance. The line items include: 1. Three (3) fees LIMS software user licenses; 2. Twelve (12) fees LIMS link software; 3. Maintenance agreement fee; 4. Installation and training fee; 5. Travel expenses fee. The USEPA intends to award a Firm-Fixed-Price purchase order using FAR Part 13 Simplified Acquisition Procedures. The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is incorporated and the Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: The specific evaluation criteria to be included in paragraph (a) of that provision are: (1) Technical. Technical capability of the items offered to meet the Governments minimum requirements based on examination of product literature relating to software development. (2) Price. The quote must demonstrate an understanding of the requirement and the ability to meet the specifications. General statements that the offeror can or will comply with the requirements, that standard procedures will be used, that well-known techniques will be used, or paraphrases the RFQ specifications in whole or in part will not constitute compliance with this requirement concerning the content of the technical proposal. The offeror must complete and submit with its quote, FAR 52.212-3 Offers Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition: (1) 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (JUL 1995); (2) 52.219-8, Utilization of Small Business Concerns (MAY 2004); (3) 52.219-14, Limitations on Subcontracting (DEC 1996); (4) 52.222-21 Prohibition of Segregated Facilities (Feb 1999); (5) 52.222-26 Equal Opportunity (MAR 2007); (6) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006); (7) 52.222-36 Affirmative Action for Workers and Disabilities (JUN 1998); (8) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006); (9) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (FEB 2008) (10) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (11) 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003)(CCR). CCR Requirement: Potential offerors must be registered in the Central Contractor Registration (CCR). CCR Requirement, potential offerors must be registered in the Central Contractor Registration (CCR). If offeror is not registered in CCR, offeror may do so by going to CCR web site at http://www.ccr.gov. Quotes must be priced on a firm-fixed-price basis for each line item. Quotes must include all items. For additional information regarding this acquisition, contact Mr. Robert Eichenfeld by e-mail at eichenfeld.robert@epa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/MMC-10J/PR-IL-09-00534/listing.html)
- Place of Performance
- Address: 536 S. Clark, Chicago, Illinois, 60604, United States
- Zip Code: 60604
- Zip Code: 60604
- Record
- SN01869836-W 20090711/090709235408-3030c97e4f22271931217213414007a7 (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 |