Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2012 FBO #3723
SOLICITATION NOTICE

68 -- Pesticide Standard Mixtures - Arrachment #1

Notice Date
2/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325320 — Pesticide and Other Agricultural Chemical Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
1099758
 
Archive Date
2/23/2012
 
Point of Contact
Howard Nesmith, Phone: 870-543-7459
 
E-Mail Address
howard.nesmith@fda.hhs.gov
(howard.nesmith@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Mixture Tables This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in Subpart 12.6, 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 government intends to issue a Purchase Order in accordance with FAR PART 13.106 for the attached requirement under Simplified Acquisition Procedures. The solicitation number is 1099758. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55, January 3, 2012. The associated North American Industry Classification System (NAICS) Code is- 325320 - Pesticide and Other Agricultural Chemical Manufacturing; Small Business Size Standards is 500 in number of employees. This combined synopsis/solicitation is set-aside for Small Business. Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 9:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on February 8, 2012 to howard.nesmith@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, Office of Acquisitions and Grants Services, Attention of Howard Nesmith, 3900 NCTR Road, Building 50, Room 424, Jefferson, AR 72079-9502. PLEASE NOTE - The above contact information is for the Contracting Office and not necessarily the delivery address. The delivery address is indicated in the FOB Destination section below. When appropriate, Respondents should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time. For information regarding this solicitation, please contact Howard Nesmith by e-Mail at howard.nesmith@fda.hhs.gov, Phone (870) 543-7459, or FAX (870) 543-7990. The Food and Drug Administration is soliciting quotes for 19 sets of Pesticide Standard Mixtures delivered to 7 different locations. Respondents are required to provide a quote for all mixes under as indicated for item #1 during the Base Period and subsequent Option Periods. Any contract award will be based on an "All or None" bases. Respondents are requested to provide pricing for subsequencial Option Periods 1-4 as reasonably possible. If option year pricing is higher than that quoted for the Base Period the Respondent must provide an explanation for the basis of each increase. This is typically a one-time purchase per Fiscal Year. Quantities represented herein are estimates only and should not be construed as maximum or minimum requirements or a guarantee. Quantities are accurate to the best of the Governments ability. Usage fluctuations may affect the total requirements. Award will be based on the sum of the base period and all options. GSA Contract Number (if applicable): ________________________ Base Period - Fiscal Year 12 Item #1 Component Mixture - Pesticide Standards Mix Set for Gas Chromatography Mass Selective Detector (GC-MSD) (See Attachment #1 - Mixture Tables) This purchase is for 19 sets of pesticide standard mixtures Each set will contain 1 mL of each of the 15 Pesticide Mixtures set forth in Attachment #1: (6 - Halogen Compounds, 5 - Nitrogen, Oxygen, Sulfur Compounds and 4 - Organophosphorus Compounds) The following requirements apply:  The mixtures are to be in sealed glass ampoules  The standard mixtures are to be prepared at a nominal concentration of 100 ug/mL in acetone  The standard solutions must be prepared by an ISO/IEC 17025 accredited organization and have a Certificate of Analysis  The mixtures must have an expiration date of at least one year after delivery Unity Price per Set: ___________ Total Price for ALL 19 Sets of Pesticide Mixtures: ___________________ Option Period #1 - FY13 Component Mixture - Pesticide Standards Mix Set for GC-MDS Unity Price per Set: ___________ Total Price for ALL 19 Sets of Pesticide Mixtures: ___________________ Option Period #2 - FY14 Component Mixture - Pesticide Standards Mix Set for GC-MDS Unity Price per Set: ___________ Total Price for ALL 19 Sets of Pesticide Mixtures: ___________________ Option Period #3 - FY15 Component Mixture - Pesticide Standards Mix Set for GC-MDS Unity Price per Set: ___________ Total Price for ALL 19 Sets of Pesticide Mixtures: ___________________ Option Period #4 - FY16 Component Mixture - Pesticide Standards Mix Set for GC-MDS Unity Price per Set: ___________ Total Price for ALL 19 Sets of Pesticide Mixtures: ___________________ FOB Destination - shipped to 6 different locations: 3 sets will be shipped to US FDA, 22201 23rd Drive SE, Bothell, WA 98021-4421 3 sets will be shipped to US FDA, 158-15 Liberty Ave. Jamaica, NY 11433 2 sets will be shipped to US FDA, 60 Eighth Street NE, Atlanta, GA 30309 3 sets will be shipped to US FDA, 11630 West 80th Street, Lenexa, KS 66214 4 sets will be shipped to US FDA, 19701 Fairchild, Irvine, CA 92612 3 sets will be shipped to US FDA, 3900 NCTR Road, Jefferson, AR 72079 1 set will be shipped to US FDA, 5100 Paint Branch, College Park, MD 20740 Contract Type - Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. CCR REQUIREMENT - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the 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 offers: (i) Technical capability of the items offered to meet the Government's requirement. (ii) ISO Certification. (iii) Price. The government will award the purchase order to the lowest price technically acceptable quote. Technical acceptability will be determined by review of information submitted by the quoter which must provide a description in sufficient detail to show that the product/service quoted meets the Government's requirement. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda apply: FAR 52.217-9, Option To Extend The Term Of The Contract. (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within one calendar day before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of clause) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.232-33. Clauses and provisions incorporated by reference and can be obtained at http://www.arnet.gov. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. A standard commercial warranty on parts and workmanship is required. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1099758/listing.html)
 
Place of Performance
Address: Delivered to 7 Different Locations, United States
 
Record
SN02665522-W 20120203/120201234653-825c6122618033e16aea3fe4b24f8188 (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.