Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 27, 2015 FBO #4871
SOLICITATION NOTICE

66 -- Sakura Tissue Tek VIP 6 Tissue Processor (Brand Name or Equal)

Notice Date
3/25/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-15-T-0107
 
Response Due
4/13/2015
 
Archive Date
5/24/2015
 
Point of Contact
William Yongue, 4108615012
 
E-Mail Address
ACC-APG-TENANT CONTRACTING DIV
(william.yongue@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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 combined synopsis/ solicitation number is W91ZLK-15-T-0107. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-78. This requirement is set aside 100% for small business. The associated North America Industry Classification System (NAICS) Code is 334516 and the Business Size Standard is 500 Employees. Using FAR Part 13 procedures the Government contemplates award of a Firm-Fixed Price (FFP) Purchase Order. In accordance with the specifications, using Federal Acquisition Regulation FAR PART 13.5, Test Program for Certain Commercial Items. Description of the Requirement: The Division of Toxicologic Pathology US Army Public Health Command(USAPHC) requires the purchase, delivery, installation and one day training of one(1) new, 300-sample histology tissue processor to facilitate studies that must be executed within narrow time constraints. This action is brand-name or equal to the Sakura Tissue Tek VIP 6 and any tissue processor that can meet or exceed the salient characteristics required and listed in the required specifications will be considered. FAR Clause 52.211-6 Brand Name or Equal applies to this acquisition. Vendors shall comply with FAR 52.211-6 if submitting other than Brand Name product. The requirement also includes an Uninterrupted Power Supply Main Tower and two additional Battery Modules. Interested parties may view the attachment labeled, quote mark Specifications quote mark for further required details on this procurement. The Government intends to award a firm fixed price purchase order based on the lowest price technically acceptable, LPTA, to the Government. All offered items must meet the specifications of the proposed applicable item or the offer will be rejected as technically unacceptable. A technically acceptable offer is required to fully meet all the specifications. The technical evaluation will be a determination based on information furnished by the vendor. A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. Interested Vendors shall provide a quote which contain pricing for each CLIN listed below: CLIN 0001 Sakura Tissue Tek VIP 6 Floor Model(Brand- name or equal) Tissue Processor; Required Quantity: One (1) Unit Price:__________. Total Amt:_$____________. CLIN 0002 Uninterrupted Power Supply, Main Battery Tower; Required Quantity: One (1) Unit Price:__________. Total Amt:$_____________. CLIN 0003 Uninterrupted Power Supply Battery Module; Required Quantity: Two (2) Unit Price:_________. Total Amt:_$____________. CLIN 0004: Installation, Setup, and Training Total Amt:$________________ CLIN 0005: Delivery Total Amount:$_____________ Total of CLINS 0001 through 0005: $_________ NOTES to Offerors: Offers shall note the lead time or approximate delivery date for items offered. Acceptance shall be at destination. Shipping shall be FOB Destination to: Army Institute of Public Health Building E2100 Bush River Road Gunpowder, MD 21010(APG-Edgewood Area). The following provisions and clauses will be incorporated by reference: FAR 52.202-1, Definition FAR 52.203-3, Gratuities FAR 52.203-5, Covenant Against Contingent Fees FAR 52.203-6, Restriction on Subcontractor Sales to the Government FAR 52.203-7, Anti-Kickback Procedures FAR 52.204-7, System for Award Management FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment FAR 52.211-5, Acceptable Material and Clause FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instruction to Offerors Commercial Items FAR 52.212-2, Evaluation of Commercial Items FAR 52.212-3, Alt 1, 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 (DEVIATION 2013-O0019) (Jan 2014) FAR 52.216-24, Limitation of Government Liability FAR 52.216-25 Contract Definitization FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-14, Limitations on Subcontracting FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Disabled veterans and Veterans of the Vietnam Era FAR 52.222-50, Combating Trafficking in Person FAR 52.223-11, Ozone Depleting Substances FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchase FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran- Certification FAR 52.232-1, Payments FAR 52.233-1, Disputes FAR 233-2, Service of Protest FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.232-33, Payment by Electronic Funds Transfer FAR 52.244-6, Subcontracts for Commercial Items FAR 52.247-34, FOB Destination DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004, Alt A Central Contractor Registration DFARS 252-211-7003 Alt I, Item Identification and Valuation (Jun 2013) Alternate I DFARS 252.225-7001, Buy American and Balance of Payment Program DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving ReportsDFARS 252.232-7006, Wide Area WorkFlow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.232-7003, Electronic Submission of Payment Requests. EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number: (703) 806-8866 or 8875 Packages sent by FedEx, UPS, or other delivery service should be addressed to: HQ Army Materiel Command Office of Command Counsel Room2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil Please provide any questions no later than April 2, 2015 at 2:00 PM Eastern Standard Time. NO TELEPHONE REQUESTS WILL BE HONORED. Quotations must be signed, dated and received by 02:00 PM Eastern Standard Time, April 13, 2015 via email to William.j.yongue.mil@mail.mil at the Army Contracting Command, Aberdeen Installation Contract Division (ACC-APG-AICD), Attention: SSG William Yongue, Bldg 6001 Aberdeen Proving Ground, MD, 21005-3013. Offerors are encouraged to submit multiple offers presenting alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. All quotations from responsible sources will be considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM online at www.sam.gov. For questions concerning this Request for Quotation contact SSG William Yongue, Contracting Specialist, via email at William.j.yongue.mil@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a4e765f4c909bb4a9321b69cb52772c7)
 
Place of Performance
Address: ACC-APG-TENANT CONTRACTING DIV, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03679263-W 20150327/150325235737-a4e765f4c909bb4a9321b69cb52772c7 (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.