Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2012 FBO #3941
SOLICITATION NOTICE

66 -- Biological Safety Cabinets

Notice Date
9/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Fort Sam Houston, 502d Contracting Squadron, 2270 Rattlesnake Street, Ste 202, Fort Sam Houston, Texas, 78234-1800, United States
 
ZIP Code
78234-1800
 
Solicitation Number
0010134764-0001
 
Archive Date
9/27/2012
 
Point of Contact
Anthony J. Kindla, Phone: 2102213007, Larry.D. Sizer, Phone: 2102213880
 
E-Mail Address
anthony.j.kindla.civ@mail.mil, larry.d.sizer.civ@mail.mil
(anthony.j.kindla.civ@mail.mil, larry.d.sizer.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation. 502d contracting Squadron, Fort Sam Houston, TX has a requirement for six (6) Biological Safety Cabinets (BSC) Brand Name ThermoScientific Item No. 1323 or equal, plus delivery and installation, for the Joint Biological Agent Identification and Diagnostic System (JBAIDS) at the U.S. Army Medical Department Center and School USAMEDDCS, Fort Sam Houston, TX. Quotes are being requested. This requirement is being solicited as "Unrestricted" to all qualified offerors. The NAICS code for this requirement is 334516, with a size standard of 500 employees. Equipment required for the customer's mission has been specifically approved, with no other brand capable of operationally interfacing with existing system. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Quotes must include unit and extended price for all line items, estimated delivery/install date, Offeror Cage Code, DUNS Number, Tax ID No., Reps and Certs, ORCA, Proposed Date of Delivery, and Discount Terms, if applicable. All quotes are due no later than Wednesday, 12 Sep 2012 at noon Central Daylight Time. All questions shall be in writing and sent via email to: anthony.j.kindla.civ@mail.mil no later than Wednesday, 11 Sep 2012, 7:00 a.m. Central Daylight Time. Award will be made to the schedule holder whose offer represents the best value to the Government. A description of the supplies or services required to meet the Agency's need include the following salient characteristics as noted herein. Brand Name or Equal. ThermoScientific, part number 1323 (package) Salient Characteristics include: Required Characteristics a. Meet specifications of NSF/ANSI 49 containment conditions. Maximum width of BSC and stand must be no more than 40 inches actual exterior dimensions because of space limitations in the laboratory. b. BSC front window must be angled at approximately 10 degrees (i.e., not straight vertical) to permit lab technician greater access to all areas of the interior. c. BSC front window must slide up and down to provide access to interior and for closing completely when not in use. Window must provide 10 inch vertical working access. d. BSC must include 2 duplex electrical outlets inside the cabinet both fluorescent lighting and ultraviolet light. Additional desired characteristics: a. Low noise generation (recommended model is lowest) b. Low electrical consumption (recommended model is 170 watts vs. 290-529 for others) ITEM NO QUANTITY UNIT UNIT PRICE AMOUNT 0001 BSC ThermoScientific Class II (Type A2 or Equal), 6 EA 0002 Delivery and Installation, 6 EA FOB: Destination INSPECTION AND ACCEPTANCE: Destination DESIRED DELIVERY: 30 Days After Award of Contract The following provisions and clauses apply to this procurement: FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2. Evaluations FAR 52.212-3, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); an offeror shall complete only paragraphs (b) of this provision of the offeror has completed the annual representations and certificates electronically at http://orca.bph.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision; FAR 52.212-4, Contract Terms and Conditions-Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Order-Commercial Items, in paragraphs (b) and (c) the following clauses apply: 52.203-13, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-40, 52.222-50, 52.225-13, 52.232.33 252.232-7003 Electronic Submission od Payment Requests and Receiving Reports FAR 52.219-1, Small Business Program Representations; FAR 52.219-1 Alt I FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2. Clauses and provisions incorporated by reference. Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/ DFARS 252.204-7004 Alt A, Central Contractor Registration DFARS 252.211-7003, Item Identification and Valuation DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, in paragraphs (b) and (c) the following clauses apply: 252.203-7000, 252.225-7001, 252.225-7002, 252-232-7003, 252.247-7023 DFARS 252.225-7000, Buy American-Balance of Payments Program Certificates DFARS 252.232-7010, Levies on Contract Payments AFFARS 5352.242-9000, Contractor Access to Air Force Installations AFFARS 5352.223-9001, Health and Safety on Government Installations 5352.201-9101 Ombudsman As prescribed in 5301.9103, insert the following clause: OMBUDSMAN (APR 2010) a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact Mr. David E. Jones, HQ AETC/A7K 2035 First Street West Ste 1, Randolph AFB, TX 78150-4304, (210) 652-7907, fax (210) 652-8344, david.jones9@randolph.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) FAR 52.204-99 (DEVIATION) System for Award Management Registration (August 2012)(DEVIATION) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b)(1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g)(1)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause) ADDENDUM TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - FEB 2012 COMMERCIAL ITEMS Reference FAR 52.212-4, Paragraph (c ) is hereby tailored as follows: (c ) Changes. Changes in the terms and conditions of this contract may be made Only by written agreement of the parties with the exception of administrative changes Such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. Reference FAR 52.212-4, Paragraph (n) is hereby tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this Contract shall pass to the government upon acceptance, regardless of when or where the Government takes physical possession. Title for commercially-available-off-the-shelf (COTS) Software is exempt from this paragraph. The terms and conditions of the software licensing Agreement shall prevail in lieu thereof.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ab97fd4deb3988482f0bb40c5589056c)
 
Place of Performance
Address: U S ARMY AMEDDC&S, 3599 WINFIELD SCOTT RD, FORT SAM HOUSTON TX 78234, FORT SAM HOUSTON, Texas, 78234, United States
Zip Code: 78234
 
Record
SN02871484-W 20120908/120907001436-ab97fd4deb3988482f0bb40c5589056c (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.