Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2014 FBO #4590
MODIFICATION

66 -- Various lab equipment - Solicitation 2

Notice Date
6/17/2014
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS), 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HU0001-14-Q-0356
 
Archive Date
7/31/2014
 
Point of Contact
Andrew E. Lee, Phone: 3012951914
 
E-Mail Address
andrew.lee@usuhs.edu
(andrew.lee@usuhs.edu)
 
Small Business Set-Aside
Total Small Business
 
Description
HU0001-14-Q-0356 Provisions and Clauses (P&C) HU0001-14-Q-0356 Required Provisions (required) HU0001-14-Q-0356 CLIN Structure (required Amendment 2) HU0001-14-Q-0356 Request for Quote (RFQ Amendment 2) * Please see the attachments for the complete detail The purpose of this Amendment #2 is to correct the Quantity in the required CLIN Structure document [see sections highlighted in yellow]. Offerors must include a statement in their offer that they acknowledge this RFQ Amendment #2. All other terms and conditions remain unchanged. The purpose of this Amendment #1 is to detail the shipping information [see sections highlighted in yellow]. Offerors must include a statement in their offer that they acknowledge this RFQ Amendment #1. All other terms and conditions remain unchanged. General Overview: The Uniformed Services University of the Health Sciences (USU), located in Bethesda, MD, has a requirement for various lab equipment. The USU is the only Federal health sciences university and we are committed to excellence in military medicine and public health during peace and war. We provide the Nation with health professionals dedicated to career service in the Department of Defense (DoD) and the United States Public Health Service (PHS) and with scientists who serve the common good. We serve the uniformed services and the Nation as an outstanding academic health sciences center with a worldwide perspective for education, research, service, and consultation; we are unique in relating these activities to military medicine, disaster medicine, and military medical readiness. USU is located in Bethesda, MD on the grounds of the Naval Support Activity Bethesda. Additional information regarding USU and its mission can be found on our website: www.usuhs.mil. This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. This is a Request for Quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular FAC 2005-73, effective April 29, 2014 and Defense Federal Acquisition Regulation Supplement (DFARS), effective May 12, 2014. This requirement is set-aside for small business concerns under North American Industry Classification System (NAICS) Code 334516 Analytical Laboratory Instrument Manufacturing with a size standard of 500 employees. In order to be eligible for award, offerors must be registered on SAM.gov with completed Representations & Certifications (Reps & Certs). Offerors not registered on SAM.gov with completed Reps & Certs will not be eligible for award. Offerors interested in responding to this requirement must provide a quote for various lab equipment, which at a minimum meet the specifications listed below. A single firm fixed-priced (FFP) purchase order will be awarded. Minimum Specifications: USU intends to purchase various lab equipment to outfit a new research laboratory. Please refer to the attached CLIN Structure spreadsheet for the complete detail on minimum specs. The listed brands and models are our preference; however, offerors are allowed to present comparable models as long as they meet the listed required minimum specs. Offerors responding to this requirement must provide pricing, at a minimum, for the following contract line item numbers (CLINs): CLINDescriptionQuantityUnit of Issue 0001Thermo Scientific Isotemp Chromatography Refrigerator Catalog No. 11-670-2141Each 0002Thermo Scientific MaxQ 6000 Incubator/Shaker Catalog No. 11-676-0831Each 0003Thermo Scientific Heracell 150i Dual Chamber CO2 Incubator Catalog No. MPP501160501Each 0004Thermo Scientific Liquid Nitrogen Storage Tank with level Monitor Catalog No. 13-687-5311Each 0005Thermo Scientific 4-Wheel Cart for Storage Tank Catalog No. 11-676-21Each 0006Thermo Scientific Isotemp Digital 10L Water Bath Model 210 Catalog No. 15-462-10Q2Each 0007Thermo Scientific Vortex Mixer Catalog No. 02-215-3652Each In order to be considered for award, offerors must provide a quote for the CLINs listed in the CLIN Structure attachment. A fully completed CLIN Structure spreadsheet, including unit price, total price, and country of manufacture must be incorporated in the quote package for consideration. Evaluation / Award Detail: The Government intends to award a single firm-fixed-priced (FFP) purchase order to the offeror representing the best value to the Government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The Government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the offeror quoting the highest technically rated item. Evaluation factors for the electrometer are as follows (in order of importance): 1.Technical. Offerors must provide product literature, which demonstrates the capabilities of the quoted item(s). At a minimum the product literature must demonstrate that the quoted item meets the specifications outlined above. Information on warranty, training, installation, and delivery lead-time must be included in the quote submission and will be evaluated. The Government reserves the right to utilize technical (e.g. trade magazines) and customer reviews/references as part of the technical evaluation. 2.Price. Offerors must include all applicable costs (e.g. components, installation, and shipping) in their quote. The total quoted price for all components will be the evaluated price. Quoted items must be new. Quotes for refurbished equipment will not be considered. Offerors must also indicate in quote where item is manufactured. Offerors may provide quotes for multiple ferret cages. Items will be shipped to Bethesda, MD. USU has a loading dock for delivery. Delivery to the lab and installation is neither preferred nor required. See attached list for applicable provisions and clauses for this requirement. The Government reserves the right to award without discussions. Questions/clarifications regarding this solicitation must be submitted via email to andrew.lee@usuhs.edu by 14:00 EST on June 16, 2014. Any question received after 14:00 EST on June 16, 2014 will not be answered. Questions will not be answered over the phone or submitted by any other means. All questions will be answered in an amendment to the solicitation posted on or around June 17, 2014. Quote packages are due by 22:00 EST on June 23, 2014. Quotes must be submitted via email to andrew.lee@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Quote packages should include a cover sheet that provides the following information: a.Official Company Name; b.Point-of-Contact, including name, email address, and phone number; c.DUNS Number; d.If applicable, a statement that includes acknowledgement of latest amendment number; and e.Tax Identification Number (TIN). TIN may be used by the Government to collect and report on any delinquent amounts arising out of the contractor's relationship with the Government (31 U.S.C 7701(c)(3) - FAR 13.106-3(e)). Attachments (3)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/97e27e2b04c70fed700fc10b87d0e1ab)
 
Place of Performance
Address: 4301 Jones Bridge Road, Bethesda, Maryland, 20814-4799, United States
Zip Code: 20814-4799
 
Record
SN03398183-W 20140619/140618000024-97e27e2b04c70fed700fc10b87d0e1ab (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.