Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2012 FBO #3948
SOLICITATION NOTICE

66 -- AB MagMAX Express, 96 Deep Well, Magnetic Particle Processor Instrument & Maintenence Service - Package #1

Notice Date
9/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Pacific West Area, Area Office, 800 Buchanan Street, Albany, California, 94710-1105, United States
 
ZIP Code
94710-1105
 
Solicitation Number
AG-32SD-S-12-0062A
 
Archive Date
10/2/2012
 
Point of Contact
Vinay Kaul, Phone: 510-599-6016
 
E-Mail Address
vinay.kaul@ars.usda.gov
(vinay.kaul@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Standard Acquisition Procedures - Commercial Items Provisions & Clauses This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 solicitation number is AG-32SD-S-12-0062A and is issued as a request for quotation (RFQ). This solicitation is a commercial items open competition. The NAICS is 423490, this solicitation document incorporates Simplified Acquisition Procedures provisions and clauses, see the attached document. The USDA, Agriculture Research Service (ARS) laboratory at Riverside, CA has the following requirements: 1) Qty - 1 of Applied Biosystems' (AB) Part Number 4400079 - MagMAX Express, 96 Deep Well, Magnetic Particle Processor, 100-240V, which includes instrument, 1 x 96-well deep magnetic head, pre-installed, Mag MAX chemistry scripts, user manual, power cord, software install CD, software user manual, shield plate and screws, heat plate, clear cover, and serial cable. Warranty coverage for parts and labor is required. 2) Support Service - Part Number ZG11SCMME96, AB Assurance Plan for 3 years is required that provides guaranteed 2-business day on-site response, planned maintenance visits, repairs with factory-certified replacement parts, engineer labor and travel included for repair visits, Smart Services - real-time remote instrument monitoring and diagnostics with priority telephone and e-mail access to instrument technical support from AB North America. The contractor shall provide the above item and the support service on a Firm Fixed Price basis. Price shall include delivery (FOB Destination) to the USDA, ARS, 1060 Martin Luther King Blvd., Riverside, CA 92507. Delivery is required within 60 days after award. Each offeror shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. In order to be considered for award offerors shall provide a quotation on company letterhead and include descriptive literature in sufficient detail to evaluate their product against the above specifications. A minimum of 3 references is required and must have received the proposed item within the last three calendar years (Government references preferred but will accept commercial references). The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies, with the following clauses 52.222-3, Convict Labor; 52.233, Protest after award, and FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33,Payment by Electronic Funds Transfer - Central Contractor Registration; applicable to this acquisition; FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; Offerors shall include a completed copy of the provision at; FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at www.acquisition.gov/far. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. The SAM is the Government repository, which retains information on Government contractors. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of these documents (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. Furnish quotations to Vinay Kaul, Supervisory Contract Specialist, no later than the response date and time listed in this solicitation. Quotations must be received in writing only via facsimile or Email to the contact listed above. Contracting Office Address: 800 Buchanan Street Albany, California 94710 United States Primary Point of Contact: Vinay Kaul, Supervisory Contract Specialist vinay.kaul@ars.usda.gov Phone: (510) 559-6016 Fax: (510) 559-6023
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/PWAO/AG-32SD-S-12-0062A/listing.html)
 
Place of Performance
Address: Place of Performance:, USDA, ARS, PWA- Riverside Research Laboratory, 1060 Martin Luther King Blvd, Riverside, California, 92507, United States
Zip Code: 92507
 
Record
SN02881746-W 20120915/120914001409-97407bafb3e20c1909c75c83b57e83e2 (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.