Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 25, 2015 FBO #5145
SOLICITATION NOTICE

58 -- Purchase of Pre-Loaded PIT Tags

Notice Date
12/23/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Bureau of Reclamation Lower Colorado Region Regional Office 500 Fir Street Boulder City NV 89005 US
 
ZIP Code
00000
 
Solicitation Number
R16PS00226
 
Response Due
1/5/2016
 
Archive Date
1/20/2016
 
Point of Contact
Dieguez, Leslie
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation Request for Quote (RFQ) No. R16PS00226 - Pre-Loaded PIT Tags The Bureau of Reclamation (Reclamation), Lower Colorado Regional Office (LCRO) located in Boulder City, Nevada has a requirement to purchase thirty thousand (30,000) Pre-Loaded Passive Integrated Transponder (PIT) Tags. It is anticipated that a 100% quantity option will be exercised within 365 days from award date. This is a firm fixed-price requirement. All costs to supply and deliver the products shall be included. (i) 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. (ii) This requirement is being issued as solicitation no. R16PS00226. This solicitation is issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-85. (iv) This requirement is not a set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is: 334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The small business size standard for NAICS Code 334511 is 750 employees. (v) Contract Line Item Numbers: Line item 00010: Pre-Loaded PIT Tags Tray of 100, Quantity: 300 each *OPTION Line Item 00020: Pre-Loaded PIT Tags Tray of 100, Quantity: 300 each (vi) The Bureau of Reclamation has a requirement for a contractor to supply and deliver thirty thousand (30,000) Pre-Loaded PIT Tags, in accordance with the following salient characteristics: The critical salient characteristics for PIT tag requirements will be as follows: 1. Dimension: 12.5 mm (+/- 0.4mm) length,2.12mm (+/- 0.1mm) diameter 2. ICAR approved 3. ISO standard 11785,11784 for FDX-B, 134.2 (+/-1.5) kHz 4. Bioglass encapsulated for biological application 5. Packaged in trays of 100 preloaded, single use PIT tag needles for use with the Biomark MK-25 implant gun Product literature must be submitted along with your quote to show that you meet the above salient characteristics. A known commercially available product that meets Bureau of Reclamation's requirements is Biomark's FDX-B HPT12 Pre-Load Tray (HPT12PLT). Vendors who do not offer Biomark's product will need to submit independent lab testing results to demonstrate that the proposed product meets all of the performance requirements. (vii) Delivery date for this requirement is February 5, 2015. Place of delivery is Bureau of Reclamation, Lower Colorado Region, 500 Date Street Boulder City, NV 89005. Shipping must be free on board (FOB) Destination. The following clauses and provisions are applicable to this commercial item acquisition: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items. Please ensure a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This includes product literature and part number of product being offered. (ix) FAR Provision 52.212-2 is not applicable to this RFQ. Determination of award will be based on the lowest priced after all required salient characteristics are meet, responsive quote from a responsible offeror. (x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items Offerors are advised include with their offer, a completed copy of the provision 52.212-03, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-06, Protecting the Government ¿s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post-Award Small Business Program Representation 52.222-03, Convict Labor 52.222-19, Child Labor ¿Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-03, Buy American ¿Free Trade Agreements ¿Israeli Trade Act 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (xiii) Additional contract requirements include the following clauses and provisions: Provisions: 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) 52.217-05, Evaluation of Options Clauses: 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) 52.204-13, System for Award Management Maintenance 52.217-06, Option for Increased Quantity 52.242-15, Stop ¿Work Order 52.252-06, Authorized Deviations in Clauses 1452.237-80, Security Requirements - Bureau of Reclamation Government Administration Personnel - Bureau of Reclamation Electronic Invoicing and Payment Requirements-Internet Payment Platform (IPP) (xiv) Not applicable. (xv) All questions shall be submitted via email to Liz Baily at eebaily@usbr.gov and Leslie Dieguez at ldieguez@usbr.gov no later than Tuesday, December 29th, 2015, by 4:00 P.M., local time. Offers are due Tuesday, January 5, 2016 by 10:00 A.M., local time. Responsible offerors are requested to submit a quote for this requirement. Offers shall be submitted electronically via email to ldieguez@usbr.gov. This is a firm fixed-price requirement. All costs to supply and deliver the products shall be included. (xvi) The primary Point of Contact for this solicitation is Ms. Leslie Dieguez. She may be reached via e-mail at ldieguez@usbr.gov, or by phone at 702-293-8369. The secondary point of contact for this solicitation is Ms. Liz Bailey. She may be reached at 702-293-8460, or via e-mail at eebailey@usbr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d7adb569359790ad0515552763d25ffb)
 
Record
SN03977268-W 20151225/151223234323-d7adb569359790ad0515552763d25ffb (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.