This procurement is a BRAND NAME OR EQUAL REQUIREMENT for the purchase of:
Line Item 0001-Partisol Air Sampler-(2 each)
Salient Requirements
- Reference method carrying a label identifying it as a designated method per Title 40, Part 53 of the Code of Federal Regulations (40 CFR Part 53).
- Must be able to do both PM 2.5 and PM 10 type filter sampling, with a convenient method of changing from one filter to another.
- Microprocessor with menu-driven software, display and keypad
- 1 dual-filter transport container with two 47 mm cassettes in filter temperature
- 9-t o- 9 pin computer cable
- 1 year warranty
- 1 service manual
- 2 operating manuals
FAR 52.211-6 APPLIES TO THIS BRAND NAME OR EQUAL REQUIREMENT: SEE BELOW FOR FULL FAR PROVISION:
Brand Name or Equal (Aug 1999)
(a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.
(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-
(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;
(2) Clearly identify the item by-
(i) Brand name, if any; and
(ii) Make or model number;
(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
(4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.
(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.
(d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.
(End of provision)
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-40 (effective 22 April 2010) and Defense Federal Acquisition Regulation Supplement (DFARS), change notice 20100430.
FAR 52.212-1, Instructions to Offerors-Commercial
FAR 52.212-2, Evaluation-Commercial Items. Technical Capability will be evaluated by how well the proposed product meets the government requirement instead of pre-determined sub-factors.
Evaluation Basis for Award: Award will be made to the offeror who has the lowest priced, technically acceptable proposal.
FAR 52.212-3, Offeror Representations and Certifications-Commercial Items
FAR 52.212-4, Contract Terms and Conditions-Commercial Items
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items
FAR 52.219-6, Notice of Total Small Business Set-Aside
FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; Wide Area Workflow procedures also apply
DFARS 252.211-7003, Item Identification and Valuation.
It is the offeror's responsibility to be familiar with all applicable clauses and provisions.
Offers are due 17 May 2010 @ 4:00 p.m. Central Time and may emailed to [email protected] or faxed to 210-536-1918, Attn: Quinella M. Purks, or [email protected];Reference Purchase Request Number, FM2855-9239-0021(a).
The delivery date for the items are 4 weeks after receipt of order; FOB destination, Brooks City-Base, TX.
Place of delivery: 711 HPW/OML, 8045 Crouch Road, Bldg 1163, Brooks City-Base, TX.
All responsible sources may submit a capability statement, proposal or quotation which shall be considered by the agency.
The NAICS code is 334519; the size standard is 500.