SOLICITATION NOTICE
66 -- Multiple-Collector - Inductively Coupled Plasma Mass Spectrometer (MC-ICP-MS)
- Notice Date
- 4/1/2014
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- USGS OAG DENVER ACQUISITION BRANCHPO BOX 25046204 DENVER FEDERAL CENTERDENVERCO80225-0046US
- ZIP Code
- 00000
- Solicitation Number
- G14PS00062
- Response Due
- 4/25/2014
- Archive Date
- 5/25/2014
- Point of Contact
- Lisa Hayes
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION The U.S. Geological Survey (USGS) Mineral and Environmental Resources, Denver, CO has a requirement to purchase a multiple-collector inductively coupled plasma mass spectrometer (MC-ICP-MS) including installation and training. (I) 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; quotations are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quote (RFQ). Submit written quotations on RFQ Number G14PS00062. This solicitation will utilize the policies contained in the Federal Acquisition Regulations (FAR) Part 12 in conjunction with the policies and procedures for solicitation evaluation and award prescribed in FAR Part 13.1, Simplified Acquisition Procedures, as appropriate for this acquisition. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. (IV) This solicitation is a total small business set-aside. The associated NAICS code is 334516. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s): CLIN NO. 00010 High-resolution multiple-collector inductively coupled plasma mass spectrometer (MC-ICP-MS) with a full two-year standard manufacture's hardware and software warranty, including software upgrades per the attached General Requirements/Technical Specifications. CLIN NO. 00020 Installation Services for the high-resolution multiple-collector inductively coupled plasma mass spectrometer (MC-ICP-MS). As part of the installation process, on-site training shall be provided by the manufacture at the USGS facility for up to 5 USGS personnel per the attached General Requirements//Technical Specifications. Offerors shall include a firm-fixed price for CLIN 00010 and CLIN 00020 (VI) Refer to the attached General Requirements/Technical Specifications. (Attachment 1) (VII) Date(s) and place(s) of delivery and acceptance and FOB point. The system shall be delivered FOB Destination within nine (9) months after receipt of award. Installation and training shall be completed within 90 days after delivery of the equipment. Place of Performance: USGS Bldg. 95, Denver Federal Center, Denver, CO 80225-0046. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Feb 2012), applies to this acquisition. In addition to written price quotes, offerors are instructed to provide past performance references as stated in paragraph (10) of the referenced clause. ADDENDUM TO CLAUSE 52.212-01(C) The period for acceptance of offers specified in this paragraph, is hereby changed from 30 days to 90 days. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. (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. The following factors shall be used to evaluate offers: Factor A: Technical Performance Capability Capability of the equipment proposed to meet or exceed the general requirements and technical specifications contained herein, including the ability to provide the listed optional components and accessories. Offerors shall provide validation-test results and the original data from these tests, demonstrating the abilities of all proposed equipment to meet or exceed the general requirements and technical specifications. Factor B: Past Performance Offerors past performance in providing equipment of this type. Past performance of offerors in providing equipment that meets the equipments published specifications will also be evaluated. The evaluation of past performance will include: 1) quality and performance of the equipment and software, 2) offerors support of equipment and software, including documentation, and 3) offerors success in delivering equipment and software in a fully functioning form. Factor C: Instrument Service Performance, Methods, and Cost Offerors past performance in providing service and repair to instrumentation and associated software of this type, including methods and costs of providing service during and after the warranty period. The evaluation of the method and cost of providing service and repair to the instrumentation will consider: (1) the methods by which service and repair are provided over the life time of the instrument, including on-call access to the advice of a factory-trained service engineer, real-time internet-based remote troubleshooting of instrument failures by a service engineer, installation of software upgrades, and site visits by a service engineer for maintenance and repairs, and (2) the costs associated with service and repair during and after the warranty period (including parts and labor). For Factors (B) and (C), offeror(s) are requested to provide a list of five (5) customers including contact information (person's name, phone number, and email address) that are currently using the proposed equipment and software. The list of references should include at least two of the following application areas: analysis of radiogenic isotope ratios (e.g., Pb, Sr, Nd, or Hf), analysis of short-lived U-series isotope abundances (e.g., 226Ra, 230Th, and/or 234U), analysis of light stable isotopes (e.g., Li, B, Mg, or S), or analysis of heavy stable isotope ratios (e.g., Cr, Fe, Ni, Zn, Cu, or Mo). Past performance information provided by references, from Government records, or from other than the sources identified by the offeror may be used in the evaluation under any or all applicable evaluation factors. In addition to the foregoing, PIPRS.gov will be used as a source of past performance information in the source selection process, in addition to any other past performance information required under this solicitation. All past performance information will be used for both the responsibility determination and the best value decision. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (X) The offeror shall submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2013), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov If an offeror has not completed the annual representations and certifications electronically at SAM, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2013), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2014) applies to this acquisition. The following clauses under subparagraph (b) apply: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (AUG, 2013) (31 U.S.C. 6101 note). (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313). (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). (ii) Alternate I (NOV 2011). (16) 52.219-8, Utilization of Small Business Concerns (JUL 2013) (15 U.S.C. 637 (d)(2) and (3)). (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). (25) 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C. 632(a)(2)). (28) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (DEC 2013) (E.O. 13126). (30) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). (31) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (32) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (33) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). (34) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). (36) 52.222-54, Employment Eligibility Verification (AUG 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (41) 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d). (50) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (JUL 2013) (31 U.S.C. 3332). (XIII) The following clauses and provisions are also applicable to this acquisition: 52.252-2 Clauses Incorporated by Reference (Feb 1998). 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/these address(s): http://www.acquisition.gov/far/ or http://www.doi.gov/pam/aindex.html The clauses are incorporated by reference, and their terms and conditions apply: 52.204-13 Central Contractor Registration Maintenance (DEC 2012) 52.212-4 Contract Terms and Conditions - Commercial Items. (JUN 2013) 52.232-39 Unenforceability of Unauthorized Obligations. (JUN 2013) The provisions are incorporated by reference, and their terms and conditions apply: 52.252-1 Solicitation Provisions Incorporated by Reference. (FEB 1998). This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/ or http://www.doi.gov/pam/aindex.html 52.204-7 Central Contractor Registration. (Dec 2012) 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran--Representation and Certification. (Dec 2012) Refer to Attachment 1 for all additional applicable clauses and provisions. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Electronic Submission of Offers Required - Quotations are required to be received no later than 2:30 p.m. Mountain Daylight Time (MD) on April 25, 2014. Only electronic quotes will be accepted. Quotations shall be submitted by e-mail to ldhayes@usgs.gov. DO NOT SUBMIT YOUR QUOTE THROUGH FEDCONNECT. (XVI) Questions Cutoff - Questions relating to this Solicitation shall be presented by e-mail to ldhayes@usgs.gov not later than close of business 2:30 p.m. Mountain Daylight Time (MD) on April 18, 2014. The Government will evaluate the questions, and if needed, an Amendment will be issued. If further questions arise following the outcome of answers provided to initial questions, the Contracting Officer has sole discretion to determine if a new question closing date will be required. If a new question closing date is approved, an amendment will be posted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G14PS00062/listing.html)
- Record
- SN03325402-W 20140403/140401234527-730c9712c4d15458e8405a988d601f71 (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 |