Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2014 FBO #4583
SOLICITATION NOTICE

66 -- Ultra-Pressurized Chromatography System

Notice Date
6/10/2014
 
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
W81XWH-14-T-0288
 
Response Due
7/14/2014
 
Archive Date
8/13/2014
 
Point of Contact
Lisa Zarick, 301-619-2336
 
E-Mail Address
US Army Medical Research Acquisition Activity
(lisa.m.zarick.civ@mail.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. The following action is to be competed by the U.S. Army Medical Research Acquisition Activity (USAMRAA) in support of the U.S. Army Medical Research Institute of Chemical Defense (USAMRICD) to buy an Ultra-Pressurized Chromatography System (UPC2) as well as installation and equipment familiarization. This announcement constitutes the solicitation by USAMRAA, Fort Detrick, MD as a Request for Quote (RFQ) and offers must be submitted in writing (oral offers will not be accepted). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27. DESCRIPTION: A UPC2 is a small scale analytical super-critical liquid chromatography system which allows for the separation and analysis of small molecules via mass spectrometry. USAMRICD requires an ultra-performance chromatography and MS-MS system which utilizes liquid carbon dioxide as the primary solvent system and meets the minimum essential characteristics detailed in the attachment, MECs, located through the Additional Documentation link below. Please note that the MECs attachment includes a full two year warranty plan, on-site installation, verification of instrument functionality, and familiarization for on-site personnel. The installation of this equipment on-site at the government facility is essential to maintain warranties and the on-site training and familiarization is crucial for efficient and reliable usage of the instrument by government personnel. A Performance Work Statement and a draft Quality Assurance Surveillance Plan has been included in this RFQ to detail the work to be completed and how it will be monitored. Follow the Additional Documentation link below to locate these documents. These items are needed at USAMRICD in Aberdeen, MD 21010-5400. Delivery is FOB Destination no later than 60 days after date of contract. The North American Industry Classification System (NAICS) for this requirement is 334516 and the size standard is 500 employees. No hard copies of the solicitation will be issued by this contracting office. All interested parties can view, download and print a copy of the solicitation and any resulting amendments from the following website: https://www.fbo.gov/. In accordance with DFARS 252.204-7004, all contractors wishing to do business with the Department of Defense must be registered in the System for Award Management (SAM) database https://www.sam.gov/portal/public/SAM/. Quotes will be evaluated on the basis of lowest price technically acceptable (please see the full text of 52.212-2 in the attached documents to this RFQ) and any resulting contract will be issued as a Firm Fixed Price Award. See below for the clauses and provisions incorporated herein by reference. Please refer to the attached document for clauses and provisions incorporated by full text under Additional Documentation link below. APPLICABLE PROVISIONS AND CLAUSES FOR COMMERCIAL ITEMS: The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; 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, paragraph (a) and the following clauses in paragraph (b): 52.203-6, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-13, 52.232-33. The following additional FAR clauses are incorporated herein by reference: 52.203-3 Gratuities, 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.204-7 System for Award Management, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.204-13 System for Award Management Maintenance, 52.223-5 Pollution Prevention and Right-to-Know Information, 52.232-39 Unenforceability of Unauthorized Obligations, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, 52.233-4 Applicable Law for Breach of Contract Claim, 52.246-4 Inspection of Services - Fixed-Price, 52.246-17 Warranty of Supplies of a Noncomplex Nature, and 52.247-34 F.O.B. Destination. The following DFARS clauses are incorporated herein by reference: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control Of Government Personnel Work Product, 252.204-7006 Billing Instructions, 252.204-7012 Safeguarding of Unclassified Controlled Technical Information, 252.204-7015 Disclosure of Information to Litigation Support Contractors, 252.225-7001 Buy American And Balance Of Payments Program, 252.225-7002 Qualifying Country Sources As Subcontractors, 252.225-7012 Preference for Certain Domestic Commodities, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010 Levies on Contract Payments, 252.244-7000 Subcontracts for Commercial Items, 252.246-7000 Material Inspection And Receiving Report, 252.247-7023 Transportation of Supplies by Sea. The full text of the referenced FAR and DFARS clauses may be accessed electronically at http://farsite.hill.af.mil/ POINT OF CONTACT: Lisa Zarick, Contract Specialist lisa.m.zarick.civ@mail.mil All responses to this RFQ must be submitted to the address listed above no later than 10:00am EST Monday, 14 July 2014. No late quotes will be accepted. All questions in response to this RFQ must be submitted to the address listed above no later than Tuesday, 24 June 2014 at 5:00pm EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-14-T-0288/listing.html)
 
Place of Performance
Address: U.S. Army Medical Research Institute of Chemical Defense 3100 Ricketts Point Rd Aberdeen MD
Zip Code: 21010-5400
 
Record
SN03390073-W 20140612/140610234941-717a3c34bcced566de4d6f5d9930f0b3 (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.