Inactive
Notice ID:N0016420Q0099
AMENDMENT 0001: This amendment is to clarify the f ollow ing language w ithin Salient Characteristics From: Multiple day training for at least four people must be offered by the manuf acturer for both...
AMENDMENT 0001: This amendment is to clarify the f ollow ing language w ithin Salient Characteristics From: Multiple day training for at least four people must be offered by the manuf acturer for both the UPLC/PDA and UPLC/PDA/MS/MS systems. To: Multiple day training for at least four people must be offered by the manufacturer f or both the UPLC/PDA and UPLC/PDA/MS/MS systems. Training for the UPLC/PDA systems w ill be conducted at Crane, IN and Seal Beach, CA. Training for the UPLC/PDA/MS/MS system w ill be conducted at Crane, IN. CLIN 0004 Training to be conducted on site: NAVAL SURFACE WARFARE CENTER CRANE DIV M/F: BENJAMIN WILKINS (BLDG 2707), 300 HWY 361, CRANE, IN 47522-5001 CLIN 0005 Training to be conducted on site: NSWC CORONA DIVISION SEAL BEACH DET, TRAM LE (TRACY) CHEMISTRY LAB, LRC, MS41- WEAPONS SURVEILLANCE & TESTING LAB, 800 SEAL BEACH BLVD BLD 5, SEAL BEACH CA 90740-5607 CLIN 0006 Training to be conducted on site: NAVAL SURFACE WARFARE CENTER CRANE DIV M/F: BENJAMIN WILKINS (BLDG 2707), 300 HWY 361, CRANE, IN 47522-5001 N0016420Q0099 – LIQUID CHROMATOGRAPHY/MASS SPECTROMETER – 6640 NAICS 334516 Issue Date: 19 March 2020 – Closing Date: 20 April 2020 – 12 P.M. Eastern ITEM DESCRIPTION- Naval Surface Warfare Center (NSWC) Crane has a requirement for Ultra Performance Liquid Chromatography (UPLC) Photodiode Array (PDA) /Mass Spectrometer (MS) in accordance with Salient Characteristics. The Navy intends to solicit and negotiate this contract under a small business set-aside in accordance FAR 19.502-2(c). A class waiver to the nonmanfacturer rule is in effect in accordance with FAR with 19.102(f)(4). The Delivery is required FOB Destination. Contractors must be properly registered in the System for Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. This solicitation is being issued pursuant to the procedures at FAR subpart 13.5. 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; quotations are being requested and a written solicitation will not be issued. Contract Opportunities on https://beta.sam.gov/ has officially replaced FBO.gov All changes to the requirement that occur prior to the closing date will be posted to Contract Opportunities on https://beta.sam.gov/. It is the responsibility of interested vendors to monitor https://beta.sam.gov/ for any amendments, which may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a quote will be provided any changes/amendments and considered for future discussions and/or award. Offers shall be e-mailed to shelby.craig@navy.mil. All required information must be received on or before 12 P.M. EASTERN TIME.