Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2012 FBO #3905
SOLICITATION NOTICE

66 -- ASSAY STATION

Notice Date
8/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH12T0275
 
Response Due
8/30/2012
 
Archive Date
10/29/2012
 
Point of Contact
Erin Jessica Maddox, 410-417-0028
 
E-Mail Address
US Army Medical Research Acquisition Activity
(erin.j.maddox@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation that will be issued; offers are being requested and a separate written solicitation will not be issued. A firm fixed-price award will be made to the responsible offeror who provides the best value. The resulting award will be a Firm-Fixed Price (FFP) type contract. THIS SOLICITATION IS BEING ADVERTISED ON AN UNRESTRICTED BASIS INVITING FULL AND OPEN COMPETITION. Description: The U.S. Army Medical Research Institute for Chemical Defense (USAMRICD), E3100 Ricketts Point Road, Edgewood Maryland 21010 requires a arrayscan VTI interface system with other components required for on-going laboratory research. Deliverables: When submitting proposals for this requirement reference control number W81XWH-12-T-0275. This is an unrestricted procurement under NAICS 334516 with a size standard of 500. All quotes received for procurement must be for the entire requirement; no partial offers shall be accepted. All Contractors must submit offers that comply with the Salient Characteristics as given below. Offerors not meeting the salient characteristics will be found not technically acceptable and will not be considered for award. This procurement is brand name or equal. If you are quoting equal, please provide your products' specifications along with your quote. The suggested source is Thermo Fisher Scientific. ANY DISCOUNTS GIVEN MUST BE DISTRIBUTED THROUGHOUT THE CLINS. A bulk discount amount cannot be given in our system. A Clin will be included for each of the following part numbers with a quantity of 1 each: F01826 Dell Automation PC; P00080 Multi-PC set-up kit; P00036 Cat-EX; P00037 Cat-EX Vacuum Pump; KLI001, MD Spectramax Integration Kit; KLI021 Multidrop Combination Integration Kit; KLI111 Hydrospeed Integration Kit; KLI079 Agilent Bravo Integration Kit; MSI0001 Single Mover Momentum; MSI0003 Concurrent Interface Momentum; V00000 Bravo 96 Channel; CR 11005 Assembly; CR11015 Installation; LI1007 Training Momentum Software; and CR11016 Testing Onsite. A separate Clin will be added to the resulting contract for shipping/freight costs. This clin will be FFP with a quantity of 1; unit of issue will be shipment. These costs will not be honored after contract award, therefore all shipping/freight costs must be included in the offerors bid. A separate Clin will include the requirement for Contractor Manpower Reporting (CMR) as FFP. Please see Clause 52.004-4000 for more information. This Clin will be a quantity 1 with a unit of issue of EA. Salient Characteristics: These items will be used with existing Thermo hardware therefore, all brand name or equal items that are compatible with these items is acceptable. The above items are an extension of an existing Thermo CRS system. This synopsis/solicitation document incorporates provisions and clauses as follows: FAR 52.202-1 Definitions; 52.203-3 Gratuities; 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-8 Cancellation, Recession, and Recovery of Funds for Illegal or Improper Activity; 52.203-12 Limitation on Payments to Influence Certain Federal Transactions; 52.204-2 Security Requirements; 52.204-4 Printed or Copies Double Sided on Recycled Paper, 52.204-9 Personnel Identity Verification of Contractor Personnel; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.211-6 Brand Name or Equal, 52.211-17 Delivery in Excess Quantities; 52.212-1 Instructions to Offeror Commercial Items; 52.212-3 Offeror Representations and Certification Commercial Items 52.212-4 (dev) Contract Terms and Conditions Commercial Items; 52.214-34 Submission of Offers in the English Language; 52.214-35 Submission of Offers in U.S. Currency; 52.211-6 Brand Name or Equal; 52.219-14 Limitations on Subcontracting; 52.222-3 Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-50 Combating; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.225-13 Restrictions on Certain Foreign Purchases; 52.233-1 Disputes; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.242-13 Bankruptcy; 52.242-15 Stop-Work Order; 52.243-1 Changes Firm Fixed Price; 52.243-7 Notification of Changes; 52.246-1 Contract Inspection Requirements; 52.246-2 Inspection of Supplies; 52.246-4 Inspection of Services - Firm Fixed Price, 52.247-34 FOB Destination; 52.253-1 Computer Generated Forms; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense-Contract Related Felonies; 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; 252.204-7000 Disclosure of Information; 252.204-7003 Control of Government Personnel Work Product; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alt A Required Central Contractor Registration; 252.204-7006 Billing Instructions; 252.204-7008 Export-Controlled Items; 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; 252.211-7003 Unique Identification; 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.227-7025 Limitations on the use or Disclosure of Government Furnished Information Marked with Restrictive Language; 252.246-7000 Material Inspection and Receiving Report; 252.225-7000 Buy American Act - Free Trade Agreements-Balance of Payments Program Certificate; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7020 Trade Agreements Certificate; 252.232-7003 Electronic Payment; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment; and 252.247-7023 III Translation of Supplies by Sea. Clauses by Full Text: CONTRACTOR MANPOWER REPORTING (CMR) - (ACCOUNTING FOR CONTRACT SERVICES) (APR 2011) (USAMRAA) 52.004-4000 Contractor Manpower Reporting (CMR) - The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including sub-contractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil. The required information includes: (l) Contract Number; (2) Delivery Order Number (If applicable); (3) Task Order Number (If applicable); (4) Requiring Activity Unit Identification Code (UIC); (5) Command; (6) Contractor Contact Information; (7) Federal Service Code (FSC); (8) Direct Labor Hours; (9) Direct Labor Dollars; and, (10) Location. In the event the Contracting Officer's Representative (COR)/Contracting Officer's Technical Representative (COTR) has not entered their data requirements first, the contractor must also enter the COR/COTR required data with the exception of fund cite, obligations, and disbursement data. The CMRA help desk can be reach at 703-695-5103 or 703-695-5058 for any technical questions. The help desk can also be contacted via email: contractormanpower@hqda.army.mil. As part of its quote or offer, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. The reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year (End Clause); 52.027-4005 Export Contract Act Compliance - The contractor shall assess the work to be performed in this effort to assure that all actions are in compliance with the Export Administration Regulations, 15 CFR Part 730 (EAR), of the Export Administration Act of 1979, 50 U.S.C. app. 2401-2420 (EAA). Technology listed in the Commerce Control List (CCL), 15 CFR Part 774, of the EAR shall not be exported or exposed to foreign nationals without the written consent of the U.S. Department of Commerce; The clause 52.212-2 Evaluation Commercial Items- (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Basis for award will be based on lowest price, technically acceptable. The technical capabilities are based on fulfilling all of the Salient Characteristics. The following are the ratings: Not Technically Acceptable: All of the Salient Characteristics are not addressed within the quote submission or the product quoted; Technically Acceptable: All of the Salient Characteristics have been addressed and are included in the quote submission package and product quoted. (End of Provision); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Apr 2011) (Deviation) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause); 52.216 -1 Type of Contract - The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. (End of Clause); 52.252-2 Clauses Incorporated by Reference - This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: www.usamraa.army.mil. (End of Clause); 52.252-6 Authorized Deviations in Clauses (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DFARS (48 CFR 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2010) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (OCT 2010) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7010 252.237-7019Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417) 252.247-7023Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of Clause); The full FAR/DFAR information may be obtained at http://www.arnet.gov/far. All questions can be submitted via email to erin.maddox@amedd.army.mil. Please reference control number W81XWH-12-T-0275 in the email's subject line. Quotes are due on 30 August 2012 at 10:00 a.m. E.S.T. to Erin Maddox via email to the above email or via fax to 410-436-4863. It is the Offerors responsibility to ensure all quotes are received by the Contracting Office. Quotations received after 30 August 2012 at 10:00 am EST will not be considered for award. All responsible sources may submit an offer, which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH12T0275/listing.html)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
 
Record
SN02823006-W 20120803/120801235805-b9dd4f499f044e93a0707c86b5dd71a6 (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.