United States - 66--OPTION - Isotopic Water Analyzer
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 18 June 2019
- Opportunity publication date
- 17 June 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: Jun 12, 2019 8:10 am
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 0040445986 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-06-18 17:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be LAKEWOOD, CO 80225
The US Geological Survey requires the following items, Brand Name or Equal, to the following:
Base Period of Performance: 08/01/2019 - 12/31/2020
LI 001: PICARRO 18O, D, 17O and 17O-excess Isotopic Water Analyzer equipped in accordance with the attached Brand Name Specifications; BRAND NAME OR EQUAL to the attached Brand Name Salient Characteristics.
(The Buy period of performance dates are estimated, The actual dates wil be based on actual date of award and the actual date of installation.), 1, EA;
LI 002: Services, non-personal, to provide all plant equipment, labor, travel, and materials (unless otherwise provided herein) necessary for on-site installation and training in accordance with the attached Installation and Training Work Statement.
(The Buy period of performance dates are estimated, The actual dates wil be based on actual date of award and the actual date of installation.), 1, Job;
LI 003: BASE YEAR, BEGINS ON DATE OF INSTALLATION, AND ENDS 1 YEAR LATER, Gold Plus Service Warranty Package - In addition to the basic telephone & email support and remote diagnostic & repair, this
package also includes:
· Free factory repair
· Free Field Replaceable Units (FRU list available upon request)
· Free shipping from Manufacturer
· Priority case management
· Discounted consumables
In addition to the basic telephone &
email support and remote diagnostic & repair, this
package also includes:
· Free factory repair
· Free Field Replaceable Units (FRU list available
upon request)
· Free shipping from Picarro
· Priority case management
· Discounted consumables
* Not available for products in the End of Guaranteed Service and Support phase
* Annual deductible applied for G5000 Analyzers, B2221-i; Automate-CRDS, Aurora-CRDS, and CM-CRDS on G2000 analyzers)
* Third party peripherals not covered See data sheet for complete terms and conditions;
BRAND NAME OR EQUAL TO THESE WARRANTY SALIENT CHARACTERISTICS
(The Buy period of performance dates are estimated, The actual dates wil be based on actual date of award and the actual date of installation.), 1, Year;
Option 1 Period of Performance: 01/01/2021 - 12/31/2021
LI 001: OPTION YEAR ONE, EXTENDED WARRANTY BEGINS ON DATE AFTER BASE YEAR WARRANTY EXPIRES, AND ENDS 1 YEAR LATER, Gold Plus Service Warranty Package - In addition to the basic telephone & email support and remote diagnostic & repair, this
package also includes:
· Free factory repair
· Free Field Replaceable Units (FRU list available upon request)
· Free shipping from Manufacturer
· Priority case management
· Discounted consumables
In addition to the basic telephone &
email support and remote diagnostic & repair, this
package also includes:
· Free factory repair
· Free Field Replaceable Units (FRU list available
upon request)
· Free shipping from Picarro
· Priority case management
· Discounted consumables
* Not available for products in the End of Guaranteed Service and Support phase
* Annual deductible applied for G5000 Analyzers, B2221-i; Automate-CRDS, Aurora-CRDS, and CM-CRDS on G2000 analyzers)
* Third party peripherals not covered See data sheet for complete terms and conditions;
BRAND NAME OR EQUAL TO THESE WARRANTY SALIENT CHARACTERISTICS
(The Buy period of performance dates are estimated, The actual dates wilL be based on actual date of award and the actual date of installation.), 1, Year;
Option 2 Period of Performance: 01/01/2022 - 12/31/2022
LI 001: OPTION YEAR TWO, EXTENDED WARRANTY BEGINS ON DATE AFTER OPTION YEAR ONE EXTENDED WARRANTY EXPIRES, AND ENDS 1 YEAR LATER, Gold Plus Service Warranty Package - In addition to the basic telephone & email support and remote diagnostic & repair, this
package also includes:
· Free factory repair
· Free Field Replaceable Units (FRU list available upon request)
· Free shipping from Manufacturer
· Priority case management
· Discounted consumables
In addition to the basic telephone &
email support and remote diagnostic & repair, this
package also includes:
· Free factory repair
· Free Field Replaceable Units (FRU list available
upon request)
· Free shipping from Picarro
· Priority case management
· Discounted consumables
* Not available for products in the End of Guaranteed Service and Support phase
* Annual deductible applied for G5000 Analyzers, B2221-i; Automate-CRDS, Aurora-CRDS, and CM-CRDS on G2000 analyzers)
* Third party peripherals not covered See data sheet for complete terms and conditions;
BRAND NAME OR EQUAL TO THESE WARRANTY SALIENT CHARACTERISTICS
(The Buy period of performance dates are estimated, The actual dates wilL be based on actual date of award and the actual date of installation.), 1, Year;
Option 3 Period of Performance: 01/01/2023 - 12/31/2023
LI 001: OPTION YEAR THREE, EXTENDED WARRANTY BEGINS ON DATE AFTER OPTION YEAR TWO EXTENDED WARRANTY EXPIRES, AND ENDS 1 YEAR LATER, Gold Plus Service Warranty Package - In addition to the basic telephone & email support and remote diagnostic & repair, this
package also includes:
· Free factory repair
· Free Field Replaceable Units (FRU list available upon request)
· Free shipping from Manufacturer
· Priority case management
· Discounted consumables
In addition to the basic telephone &
email support and remote diagnostic & repair, this
package also includes:
· Free factory repair
· Free Field Replaceable Units (FRU list available
upon request)
· Free shipping from Picarro
· Priority case management
· Discounted consumables
* Not available for products in the End of Guaranteed Service and Support phase
* Annual deductible applied for G5000 Analyzers, B2221-i; Automate-CRDS, Aurora-CRDS, and CM-CRDS on G2000 analyzers)
* Third party peripherals not covered See data sheet for complete terms and conditions;
BRAND NAME OR EQUAL TO THESE WARRANTY SALIENT CHARACTERISTICS
(The Buy period of performance dates are estimated, The actual dates wilL be based on actual date of award and the actual date of installation.), 1, Year;
Option 4 Period of Performance: 01/01/2024 - 12/31/2024
LI 001: OPTION YEAR FOUR, EXTENDED WARRANTY BEGINS ON DATE AFTER OPTION YEAR THREE EXTENDED WARRANTY EXPIRES, AND ENDS 1 YEAR LATER, Gold Plus Service Warranty Package - In addition to the basic telephone & email support and remote diagnostic & repair, this
package also includes:
· Free factory repair
· Free Field Replaceable Units (FRU list available upon request)
· Free shipping from Manufacturer
· Priority case management
· Discounted consumables
In addition to the basic telephone &
email support and remote diagnostic & repair, this
package also includes:
· Free factory repair
· Free Field Replaceable Units (FRU list available
upon request)
· Free shipping from Picarro
· Priority case management
· Discounted consumables
* Not available for products in the End of Guaranteed Service and Support phase
* Annual deductible applied for G5000 Analyzers, B2221-i; Automate-CRDS, Aurora-CRDS, and CM-CRDS on G2000 analyzers)
* Third party peripherals not covered See data sheet for complete terms and conditions;
BRAND NAME OR EQUAL TO THESE WARRANTY SALIENT CHARACTERISTICS
(The Buy period of performance dates are estimated, The actual dates wilL be based on actual date of award and the actual date of installation.), 1, Year;
Solicitation and Buy Attachments
***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***
For this solicitation, US Geological Survey intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. US Geological Survey is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
Bid MUST be good for 30 calendar days after close of Buy.
Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.
This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov.
The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. No partial shipments are permitted unless specifically authorized at the time of award.
The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
A seller must have a current registration in the following databases to receive this award:
1. SAM Requirement
The USGS requires registration with the System for Award Management prior to receipt of order. Information can be found at www.sam.gov.
2. FEDCONNECT Requirement
Awards will be made to vendors registered in the FedConnect database. Vendors may complete registration in FedConnect at https://www.fedconnect.net.
3. IPP Requirement
Electronic Invoicing and Payment Requirements - Internet Payment Platform (lPP) (September 2011)
Payment requests must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP).
"Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov.
Under this contract, the following documents are required to be submitted as an attachment to the
IPP invoice:
A copy of the Contractor’s internally generated invoice
The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131.
If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation.
The selected seller must comply with the attached Clauses and Provisions for commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to vendors - Commercial Items, applies to this acquisition; FAR 52.212-3, Vendor Representations and Certifications - Commercial Items - the selected vendor must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the attached Clauses and Provisions. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
FAR CLAUSE 52.211-6 BRAND NAME OR EQUAL incorporated by Reference.
Manufacturer Information: www.picarro.com
___________________________
GS0110 BRAND NAME OR EQUAL INSERTS (JULY 2001)
Bids including other-than-Brand Name products/services shall include supporting documentation that demonstrates the capabilities of the product/service to meet ALL salient characteristics.
To comply with FAR 52.211-6 Please provide the following information about an other than Brand Name product:
Line Item Number _______
BIDDING ON/PROPOSING:
Manufacturer's Name ___________________________
Address, Phone & Website _______________________________________
Brand or Product Name__________________________
Model Name & No. ______________________________
To be considered for award, all Sellers must be manufacturer/ Federally authorized distributors of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer on the award. Sellers may be required to provide documentation as proof of authorization to be considered for award.
(a) In accordance with sections 433 and 434 of Division E of the Consolidated Appropriations Act, 2012 (Pub. L. 112-74), none of the funds made available by the Act may be used to enter into a contract with any corporation that -
(1) Was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation, or such officer or agent and made a determination that this further action is not necessary to protect the interests of the Government.
(2) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.
(b) The Offeror certifies that -
(1) It is not a corporation that was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal law within the preceding 24 months;
(2) It is not a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.
Award evaluation criteria utilized to evaluate Bids is specified in evaluation factors as follows. This evaluation criteria supersedes the evaluation criteria as stated in above instructions, Evaluation Criteria Basis of Award. Evaluation based on lowest price, technically acceptable: To be deemed technically acceptable, the product/service shall meet or exceed the attached Brand Name Salient Characteristics.
The government will evaluate bids for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a bid is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option/s.
- Opportunity closing date
- 18 June 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Interior USGS - All Offices United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.