SOLICITATION NOTICE
66 -- PacBio RSII System
- Notice Date
- 9/9/2015
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
- ZIP Code
- 84022-5000
- Solicitation Number
- W911S6-15-T-0025
- Response Due
- 9/18/2015
- Archive Date
- 11/8/2015
- Point of Contact
- Larry Ruggles, 435-831-2103
- E-Mail Address
-
MICC - Dugway Proving Ground
(larry.w.ruggles@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Quote for W911S6-15-T-0024 PacBio RS II System This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of a Firm Fixed Price Supply Contract w/ the following: Please call or e-mail Contract Specialist Larry Ruggles w/ all questions concerning this/these item/s @ 435-831-2103 larry.w.ruggles.civ@mail.mil This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the government's requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-15-T-0025. All firms responding must be registered with the SAM System for Award Management. North American Industrial Classification. Item 0001 1 each - PacBio RS II System including Instrument, Blade Center, PacBio Software Suite (Instrument Control, Signal Processing, Base Calling, Quality Assessment, Alignment, Assembly, Visualization) and Installation Kit. Includes 12-month Standard Service Contract Trade in credit - Trade-in discount for Roche 454 Sequencer MFR PART# 100-210-100. Include all installation cost including but not limited to transportation, lodging and per denim. Item 0002 1 each - Instrument Grade UPS (200/208-240 VAC, 1 Phase 60 Hz, -PB) MFR PART# 100-217-000. Include all installation cost including but not limited to transportation, lodging and per denim. Item 0003 1 each - On-site instruction of up to three (3) participants at the customer's location by a Contractor Field Applications Specialist (FAS). Includes training kit and FAS travel-related expenses. Training includes Assay, Software and Bioinformatics. MFR PART# 100-125-100 Standard 334517 (500 Employees) applies to this procurement. The following provisions and/or clauses apply to this acquisition: 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 System for Award Management Maintenance 52.212-1 Instructions to Offerors--Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.222-50 Combating Trafficking in Persons 52.228-5 Insurance - Work on a Government Installation 52.228-7 Insurance--Liability to Third Persons 52.233-3 Alt I Protest After Award (Aug 1996) - Alternate I 52.246-1 Contractor Inspection Requirements 52.246-2 Inspection of Supplies--Fixed Price 52.247-34 F.O.B. Destination 252.201-7000 Contracting Officer's Representative 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management Alternate A 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.219-7000 Advancing Small Business Growth 252.225-7036 Buy American--Free Trade Agreement--Balance of Payments Program--Basic 252.227-7015 Technical Data--Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I 52.203-13, Contractor Code of Business Ethics and Conduct 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting 52.219-16, Liquidated Damages-Subcontracting Plan 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights under the National Labor Relations Act 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.228-4001 INSURANCE REQUIREMENTS 252.209-7992 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-OO0005) (DEC 2014) 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION The following local information apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; FOREIGN VISITORS/EMPLOYEES Contractors with valid U.S. government contracts will be allowed to hire non U.S. citizens to work at or visit U.S. Army Dugway Proving Ground (DPG) during performance of the contract. Contractors shall adhere to the following process. A list of foreign national employees shall be provided to the DPG Counterintelligence, Law Enforcement, and Security Offices at least five (5) working days prior to arrival on post. A copy of the list shall also be submitted to the Contracting Officer or an appointed Contracting Officer's Representative (COR). The list will contain name, nationality, green card and social security number, date of birth, driver's license number and state where issued. The Contractor shall also list the date(s) foreign nationals will be on post. If a sensitive test or visit is scheduled during the dates provided, the Counterintelligence Office will inform the Contractor whether the work/visit may take place.Employees will not be allowed on Post until verification process is complete. Once verification has been received, the Counterintelligence Office is responsible to provide the Protocol Office the following information for badge preparation: Name, Company and Point-of- Contact. The Contracting Officer or COR will be responsible to pick-up the badges and holders, issue them to the visitor and return them at the end of the visit. LOCATION OF US ARMY DUGWAY PROVING GROUND U.S. Army Dugway Proving Ground is located in a remote area. The main gate is approximately 90 miles southwest of Salt Lake City, Utah. Contractors may be required to travel up to 150 miles one way from Salt Lake City to reach some work sites.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4b330f5a1a99c5948a5dec2100609c75)
- Place of Performance
- Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
- Zip Code: 84022-5000
- Zip Code: 84022-5000
- Record
- SN03876900-W 20150911/150909235057-4b330f5a1a99c5948a5dec2100609c75 (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 |