MODIFICATION
66 -- Laboratory-wide Temperature Wireless Monitoring System
- Notice Date
- 8/27/2014
- Notice Type
- Modification/Amendment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Agriculture, Food Safety and Inspection Service, Procurement Management Branch, 5601 Sunnyside Avenue, Mail drop 5230, Beltsville, Maryland, 20705, United States
- ZIP Code
- 20705
- Solicitation Number
- AG-3A94-S-14-0157
- Archive Date
- 9/26/2014
- Point of Contact
- Paul Merritt, Phone: 3015040003
- E-Mail Address
-
Paul.Merritt@fsis.usda.gov
(Paul.Merritt@fsis.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- This modification states that attendance of the site survey NOT is required, but recommended. USDA, Food Safety and Inspection Service (FSIS) has a requirement to purchase a laboratory-wide temperature wireless monitoring system that will provide continuous temperature and alert status monitoring of designated incubators, refrigerators, freezers and any other equipment that requires temperature Quality Control documentation. The system must be easily expandable to allow for add-on of new equipment. See attached list for specific components. Contractor is required to supply any of cables/connectors/spare parts that need are needed to make the system work. A complete wireless monitoring system set-up, installed, tested and training provided (per attached list) with 30 days of contract award, at this address: USDA, FSIS, OPHS, Midwestern Laboratory Federal Center Building Bldg. 105D 4300 Goodfellow Blvd Saint Louis MO 63120 All of the agency's technical service labs are all accredited to ISO 17025, the highest international standard for testing labs. All of the labs utilize the same methods and equipment that has been validated and adopted to be part of the scope of the ISO accreditation. It is important to maintain this standardization across the labs. Direct connection to the FSIS network is not permitted according to the USDA Cybersecurity manual (DR 3505-002). Any system must have access points connect to computer hosts (servers/PCs) and not directly to the government/agency network. The site survey for this award will be at 10:00am central standard time on September 2, 2014 at the location above. You must pre-register by 3:00pm central time on August 28, 2014 for access onto the facility. Please call Dianna at 314-263-2680 extension 306, so a pass can be waiting for you on September 2nd. You will need to tell Dianna the type of vehicle you will you driving onto the premises. Please have a valid government-issued identification for entry into the facilities. This notice 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, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The NAICS Code and the small business size standard for this procurement are 334513/500 employees respectively. The offeror shall state in their offer their size status for this procurement. The contractor must bid on all items. Contractors are to include the cost of any shipping charges in their quote. All responsible sources may submit an offer which shall be considered by the agency. Proposals must be less than 20 pages long total, or your proposal will be rejected. Attendance of the site survey NOT is required, but recommended. Location of where equipment is to be delivered to Saint Louis, MO. Delivery is required within 30 to 45 days after contract award. Offers for the items(s) described above are due by September 11, 2014, no later than 2:00 PM Eastern Standard Time, to USDA, FSIS, Administrative Services Division, ATTN: Paul Merritt, 5601 Sunnyside Avenue, Maildrop 5230, Room 2-L184C, Beltsville, MD 20705-5230 and must include, solicitation number, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), DUNS Number, identification of any special commercial terms, and be signed by an authorized company representative. You may also email responses to Paul.Merritt@fsis.usda.gov. Offerors shall provide the information required by FAR 52.212-1 (APRIL 2014), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (MAY 2014), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2014), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.219-6, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.225-1, FAR 52.225-13, and FAR 52.232-33. The FAR may be obtained via the Internet at http://www.acqnet.gov/far. All contractual and technical questions must be in writing (e-mail preferred) to Paul Merritt no later than September 5, 2014. Fax number is 301-504-4276. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. If offerors are not registered via the ORCA website at http://orca.bpn.gov, offerors shall complete and return a copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2009) with their offer. These representations and certifications will be incorporated by reference in any resultant contract. It is the offeror's responsibility to monitor the internet site for the release of solicitation amendments (if any).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FSIS/AAS/AG-3A94-S-14-0157/listing.html)
- Place of Performance
- Address: USDA, FSIS, OPHS, Midwestern Laboratory, Federal Center Building Bldg. 105D, 4300 Goodfellow Blvd, Saint Louis, Missouri, 63120, United States
- Zip Code: 63120
- Zip Code: 63120
- Record
- SN03484170-W 20140829/140828023308-2793d34ee96934d1db3702780b04530a (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 |