Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOLICITATION NOTICE

66 -- Microbial Chemostat

Notice Date
5/25/2023 12:48:40 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B23Q0174
 
Response Due
6/15/2023 12:00:00 PM
 
Archive Date
06/30/2023
 
Point of Contact
Joshua J. Dobereiner, Phone: 3094033556, Fax: 3096816648
 
E-Mail Address
josh.dobereiner@usda.gov
(josh.dobereiner@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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; quotes are being requested and a written solicitation will not be issued.� Solicitation number 12505B23Q0174 is issued as a request for quotes (RFQ).� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02.� This solicitation will be a 100% Total Small Business Set-Aside.� The associated NAICS code is 334516 (Analytical Laboratory Instrument Manufacturing), with a small business size standard of 1,000 employees. This acquisition is for the following item as identified in the Line Item Number(s): 0001)� Microbial Chemostat Specifications: �See attached Specifications document. The Contractor shall provide all items F.O.B. destination.� Location of the Government site is aboard USDA ARS Ames, IA 50010 and will be identified in the contract.� The Government anticipates award of a Firm Fixed Price contract. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1.� Submission of quote shall include the following:� (1) Technical Specifications, (2) Price (to include shipping), and a completed copy of FAR Provision 52.212-3. All responses shall be submitted electronically to josh.dobereiner@usda.gov. The basis for award is lowest price technically acceptable (LPTA).� LPTA means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price.� Pursuant to FAR 52.212-2, the criteria for evaluation are:� (1) Technical Specifications and (2) Price (to include shipping) and must also have satisfactory Past Performance.� The lowest priced quote will first be evaluated for technical acceptability in accordance with the minimum specifications identified.� If determined not technically acceptable, it will be removed from competition and the next lowest priced quote will be evaluated for technical acceptability.� This will continue until the lowest priced quote is determined technically acceptable.� Once the lowest priced quote is determined technically acceptable, then a determination of responsibility will be completed.� If found responsible, evaluations will be closed and award will be made. INSPECTON AND ACCEPTANCE TERMS:� Supplies will be inspected by the technical representative and accepted at destination.� Delivery is requested within 150 days of receipt of order, with installation and training to be completed within 180 days of receipt of order. See attached Clauses and Provisions document for the Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses that apply to this acquisition.� To be eligible for an award, all contractors must be registered in the System for Award Management (SAM).� A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov.� NO EXCEPTIONS.� All invoices shall be submitted electronically. Quotes must be received no later than 2:00 PM Central Daylight Time (CDT) on June 15, 2023.� Questions in regards to this combined synopsis/solicitation are due no later than 4:00 PM CDT on June 1, 2023.� Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eec055f9bbd94cd9a2b1a1f6e1f59c00/view)
 
Place of Performance
Address: Ames, IA 50010, USA
Zip Code: 50010
Country: USA
 
Record
SN06695262-F 20230527/230525230117 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.