Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2011 FBO #3588
SOLICITATION NOTICE

66 -- Gas Chomatograph - Auto Sampler Unit - Gas Chromatograph-Autosampler Doc

Notice Date
9/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Division (VA), 1100 Wilson Boulevard, Room 2133, Arlington, Virginia, 22209-3939
 
ZIP Code
22209-3939
 
Solicitation Number
465-11MR-1701
 
Archive Date
10/11/2011
 
Point of Contact
DEBORAH W WORRELLS, Phone: 304-256-3389
 
E-Mail Address
worrells.deborah@dol.gov
(worrells.deborah@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Information related to requirement - Statement of Work etc. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included 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 465-11MR-1701 and is issued as a request for quotations (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516. This requirement is a [ Small Business ] set-aside and only qualified offerors will be considered. FOB Destination shall be to 25880. The Mine Safety and Health Administration requires the following items, Brand Name or equivalent, according to the attached quote sheet which must be completed by all offerors. FAR Clause 52.211-6 (shown below) applies and should be adhered to when submitting offers. 52.211-6 Brand Name or Equal. (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. New ONLY; NO remanufactured or "gray market" items. All items must be covered by any manufacturer's warranty if any is offered. Quotes MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JULY 2010), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.203-6 Alternate I, FAR 52.219-6; FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35; FAR 52.222-36, FAR 52.222-37; FAR 52.225-1, FAR 52.225-3, FAR 52.225-13, and FAR 52.232-33. The FAR may be obtained via the Internet at http://www.acquisition.gov/far/ Questions must be sent no later than Thursday, September 22 at 10:00am EST. Responses will be posted by close of business. No telephone calls will be accepted. The Government will award a contract resulting from this request to the responsible offeror whose quotation conforms to the request resulting in the best value to the Government. If offerors are not registered via the ORCA website at http://orca.bpn.gov, offerors shall complete and return a copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (AUGUST 2009)with their offer. These representations and certifications will be incorporated by reference in any resultant contract. It is the offeror's responsibility to monitor the internet site for the release of solicitation amendments (if any). It is anticipated that an award will be made on or about September 28, 2011. Offers for the items(s) described above are due by September 26, 2011, no later than 1:00 PM Eastern Standard Time, to worrells.deborah@dol.gov. Offerors must include, solicitation number, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), cage code, DUNS Number, identification of any special commercial terms.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/ArlingtonVA/465-11MR-1701/listing.html)
 
Place of Performance
Address: 100 Bluestone Road, Mount Hope, West Virginia, 25880, United States
Zip Code: 25880
 
Record
SN02582988-W 20110921/110919235946-ac6460aee4edf021e47621f09e77c56e (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.