This is a combined synopsis/solicitation for the procurement 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. Provisions and clauses are incorporated through Federal Acquisition Circular 05-43. This procurement is utilized as a Small Business Set-Aside. The solicitation number for this Request for Quotation is VA-248-11-RQ-0105. The North American Industry Classification System Code (NAICS) is 334516.
DESCRIPTION OF SUPPLIES/SERVICES: Network Contracting Activity 8 NF/SG has a requirement for an existing LSM 510 Laser Scanning Microscope replacement parts (brand name or equal). Salient characteristics of equipment components are as follows:
Product Description Mfr Carl Zeiss Qty
LSM Axiovert 100 4109009120992000 1
TFT Docking Station 4329070000000000 1
Mechanical Stage 130x85 R/L 4320169901000000 1
LSM Control Computer Upgrade 4109001847278000 1
Plan-Apochromat 10x/0.45 D=2.0 0000001063139000 1
Plan-Apochromat 20x/0.8 WD=0.55 M27
4206509901000000 1
EC Plan-Neoflur 40x/1.3 DIC WD=0.21 M27
4204629900000000 1
Plan-Apochromat 63x/1.40 Oil DIC M27
4207829900000000 1
DIC Slider EC PN 10x20x/PA 20x 4269400000000000 1
DIC Slider PN 40x, F 40x, PA 40x 4269440000000000 1
Polarizer D Rotatable 0000001121813000 1
Analyzer Module P&C D ACR shft free
4249379901000000
1
DIC Prism II/0.55 0000001005867000 1
DIC Prism III/0.55 0000001005868000 1
Power Supply for Hene 543 Laser 577009071200 1
Reflector Module FL EC P&C 4249310000000000 3
Parts Installation of Gov't Microscope 000000INSTALL 1
PLACE/PERIOD OF PERFORMANCE: 1601 SW Archer Rd Gainesville, FL 32608.
Delivery and Installation of parts must be completed within 30 days after receipt of order.
PROVISIONS/CLAUSES: Offeror shall submit a complete copy of provision FAR 52.212-3, Offeror Representation and Certification- Commercial Items (Aug 2009). The full text of clauses identified herein may be accessed electronically at these addresses: http://www.arnet.gov/far and http://www.va.gov/oa&mm/vaar. The following Federal Acquisition Regulation (FAR) Clauses and Provisions also apply to the acquisition: 52.211-6 Brand Name or Equal (AUG 1999), 52.212-1, Instruction to Offerors - Commercial Items (June 2008); 52.212-4, Contract Terms and Conditions - Commercial Items (JUNE 2010); 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders - Commercial Items (JUL 2010). In paragraph (b) of 52.212-5 the following apply: 52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003), 52.219-28 Post Award Small Business Program Representation (APRIL 2009), 52.222-3 Convict Labor (JUNE 2003), 52.222-26 Equal Opportunity (MARCH 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006), 52.222-36 Affirmative Action for Workers with Disabilities (JUNE 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006), 52.225-1Buy American Act-Supplies (FEB 2009), 52.225-13 Restrictions on Certain Foreign Purchases (June 2008),and 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009), 52.232-34 Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (MAY1999). 52.228-5 Insurance-Work on a Government Installation (JAN 1997), additionally, the following VA Acquisition Regulations (VAAR) clauses and provisions are incorporated herein by reference: 852.233-70 Protest content (JAN 2008), 852.233-71 Alternate Protest Procedure. (JAN 1998); 852.237-70 Contractor responsibilities. (APR 1984); 852.270-1 Representative of the Contracting Officer (JAN 2008), and 852.203-70 Commercial advertising (JAN 2008). Facsimile offers are accepted at (562)-961-1340. FAR Provision 52.215-18, Facsimile Proposals, is hereby included. Original proposal shall be submitted on company letterhead, along with descriptive information for all items offered, to Susan Dela Cruz, 300 East University Commerce Bldg Suite 170 Gainesville, FL 32608.
CONTENT OF OFFERS:
Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (FAR) Clause 52.212-1, Instructions to Offeror-Commercial Items. As stated in this clause, the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary.
Contractor shall submit the following items in its proposal(s):
1. Schedule of Prices: itemized list of system components that provides a line-item description of offered each component and associated unit price.
2. Complete copy of provision FAR 52.212-3, Offeror Representation and Certification- Commercial Items (Aug 2009).
3. Complete copy of proposed delivery schedule and business size.
4. Company's DUNS number.
5. FOB Destination.
DEADLINE: Offers are due on January 14, 2011 at 12:00 p.m., Eastern Standard Time. Submit offers or any questions to the attention of Susan Dela Cruz, Purchasing Agent 352-381-5716.
Bid Protests Not Available