Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2019 FBO #6504
SOLICITATION NOTICE

66 -- Automated Laboratory Titrator System and Preventat

Notice Date
9/14/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory 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
140R3019Q0075
 
Response Due
9/17/2019
 
Archive Date
10/2/2019
 
Point of Contact
Schilke, Jennalyn
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation - Request for Quotation (RFQ) No. 140R3019Q0075 Automated Laboratory Titrator System and Preventative Maintenance - Option Year (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; quotes are being requested and a written solicitation will not be issued. (ii) To facilitate electronic quote submissions through FedBizOpps, an RFQ (140R3019Q0075) is being issued subsequent to this combined solicitation/synopsis. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2019-06, dated 09/10/2019. (iv) This requirement is 100 percent set aside for Small Businesses. The North American Industry Classification System (NAICS) Code for this acquisition is: 334516, Analytical Laboratory Instrument Manufacturing. The small business size standard for NAICS Code 561730 is 1,000 employees. (v) 1-1) Automated Laboratory Titrator System (Ref. Specification Items 2.0, 4.0, 6.0 & 8.0). 1-2) Installation and Calibration of Equipment and Software (Ref. Specification Item 5.0). 1-3) Training (Ref. Specification Item 5.0). 1-4) Preventative Maintenance - Base Year (Ref. Specification Item 7.0) NOTE: Attachment 1 - Specifications provides a more detailed description of the requirement and is attached to the RFQ at FedConnect.net (public opportunity reference number 140R3019Q0075). 2-1) Preventative Maintenance - Option Year 1 (Ref. Specification Item 7.0) 3-1) Preventative Maintenance - Option Year 2 (Ref. Specification Item 7.0) 4-1) Preventative Maintenance - Option Year 3 (Ref. Specification Item 7.0) 5-1) Preventative Maintenance - Option Year 4 (Ref. Specification Item 7.0) Please fill out Attachment 2 - Price Schedule, which requests the pricing for the titrator and associated accessories and services, plus pricing for preventative maintenance for 1 base year (Schedule 1) and four option years (Schedules 2 through 5). (vi) The Bureau of Reclamation has a requirement for a contractor to deliver, install, calibrate, provide training for users, and provide preventative maintenance for up to 4 years, as listed in Attachment 1 - Specifications. (vii) Performance will begin on or about September 23, 2019 and may continue for up to five (5) years (after the item is delivered), if all options are exercised. All work will be performed at the Bureau of Reclamation, Yuma Area Office, 6150 W. Thunderbird Rd., Glendale, AZ 85306. The following clauses and provisions are applicable to this commercial item acquisition: (viii) FAR provision 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS. This addendum replaces the term ¿offer ¿ with ¿quote ¿ within the provision at 52.212-1. (ix) FAR provision 52.212-2, EVALUATION - COMMERCIAL ITEMS. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government and is at the lowest price. (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. The following additional FAR clauses cited in this clause are applicable to the acquisition: 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018) 52.209-6, PROTECTING THE GOVERNMENT ¿S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-13, NOTICE OF SET-ASIDE OF ORDERS (NOV 2011) 52.219-28, POST AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUL 2013) 52.222-3, CONVICT LABOR (JUNE 2003) 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2018) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26, EQUAL OPPORTUNITY (SEPT 2016) 52.222-36, EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JULY 2014) 52.222-50, COMBATING TRAFFICKING IN PERSONS (JAN 2019) 52.223-15, ENERGY EFFICIENCY IN ENERGY-CONSUMING PRODUCTS (DEC 2007) 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-1, BUY AMERICAN-SUPPLIES (MAY 2014) 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUNE 2008) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER--SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.222-41, SERVICE CONTRACT LABOR STANDARDS (AUG 2018) ** WAGE DETERMINATION NO. 2015-5475, REVISION NO. 9, DATE OF REVISION 08/02/2019 (SEE ATTACHMENT 3 ¿ WAGE DETERMINATION).** 52.222-42, STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) ** THIS STATEMENT IS FOR INFORMATION ONLY. IT IS NOT A WAGE DETERMINATION. IT SPECIALIST (CUSTOMER SUPPORT); GS 9; MONETARY WAGE - $24.65/HR; FRINGE BENEFITS ¿ 19%, INCLUDES PAID HEALTH INSURANCE PREMIUMS, RETIREMENT BENEFITS, VACATION PAY, AND SICK LEAVE PAY.** 52.222-44, FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT LABOR STANDARDS-PRICE ADJUSTMENT (MAY 2014) 52.222-55, MINIMUM WAGES UNDER EXECUTIVE ORDER 13658 (MAR 2016) 52.222-62, PAID SICK LEAVE UNDER EXECUTIVE ORDER 13706 (JAN 2017) (xiii) Additional contract requirements include the following clauses and provisions: 52.203-18, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS-REPRESENTATION (JAN 2017) 52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-23, PROHIBITION ON CONTRACTING FOR HARDWARE, SOFTWARE, AND SERVICES DEVELOPED OR PROVIDED BY KASPERSKY LAB AND OTHER COVERED ENTITIES (JUL 2018) 52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2019) 52.217-8, OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9, OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) (DEVIATION 2019-01) (JUL 2019) 52.225-25, PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATION (OCT 2015) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.233-4, APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.242-15, STOP-WORK ORDER (AUG 1989) 52.247-34, F.O.B. DESTINATION (NOV 1991) 52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-5, AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) 52.252-6, AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) 1452.215-71, USE AND DISCLOSURE OF PROPOSAL INFORMATION--DEPARTMENT OF THE INTERIOR (APR 1984) 1425.223-82, PROTECTING FEDERAL EMPLOYEES AND THE PUBLIC FROM EXPOSURE TO TOBACCO SMOKE IN THE FEDERAL WORKPLACE--BUREAU OF RECLAMATION (DEC 2009) 1452.225-82, NOTICE OF WORLD TRADE ORGANIZATION GOVERNMENT PROCUREMENT AGREEMENT EVALUATIONS--BUREAU OF RECLAMATION (MAY 2005) 1452.237-80, SECURITY REQUIREMENTS--BUREAU OF RECLAMATION (FEB 2017) DOI-AAAP-0028, ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS-INVOICE PROCESSING PLATFORM (IPP) (APR 2013) (xiv) Not applicable (xv) All questions shall be submitted via email to jschilke@usbr.gov no later than September 16, 2019, by 4:00 P.M., PT. Quotes are due September 17, 2019, by 4:00 P.M., PT. Responsible offerors are requested to submit a quote for this requirement. Quotes shall be submitted electronically via email to jschilke@usbr.gov or through FedBizOpps with a copy of the quote e-mailed concurrently. (xvi) The Point of Contact for this solicitation is Ms. Jennalyn Schilke. She may be reached via e-mail at jschilke@usbr.gov, or by phone at 702-293-8030.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/908557ba680b2491533a74825992981a)
 
Record
SN05444958-W 20190916/190914230034-908557ba680b2491533a74825992981a (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.