66--Agilent Gas Chromatography Mass Spectrometry (GCMS) Quadrupole Time-of-Flight (QTOF)
AMENDMENT NOTICE: 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... AMENDMENT NOTICE: 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 70T02019Q9NNCP046 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 2019-03. 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 2019-08-19 15:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be in the Statement of Work. The DHS Transportation Security Administration (TSA) requires the following items, Brand Name Only (Exact Match), to the following: LI 001: CLIN 0001: Base Year - Preventative Maintenance and on-site repair Agreement for the Agilent CROSSLAB SILVER SERVICE PLAN for GCMS QTOF instrument and components in accordance with the Section 2, Statement of Work, 12, MO; LI 002: CLIN 1001: Option Year 1 - Preventative Maintenance and on-site repair Agreement for the Agilent CROSSLAB SILVER SERVICE PLAN for GCMS QTOF instrument and components in accordance with the Section 2, Statement of Work, 12, MO; LI 003: CLIN 1002: Option Year 2 - Preventative Maintenance and on-site repair Agreement for the Agilent CROSSLAB SILVER SERVICE PLAN for GCMS QTOF instrument and components in accordance with the Section 2, Statement of Work, 12, MO; LI 004: CLIN 1003: Option Year 3 - Preventative Maintenance and on-site repair Agreement for the Agilent CROSSLAB SILVER SERVICE PLAN for GCMS QTOF instrument and components in accordance with the Section 2, Statement of Work, 12, MO; Solicitation and Buy Attachments ***Question Submission: Interested offerors 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, DHS Transportation Security Administration (TSA) intends to document bids online to be facilitated by the third-party Marketplace, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to document pricing. Offerors may submit bids during the specified period of time. DHS Transportation Security Administration (TSA) 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 Offerors 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. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors 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 offerors 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. Bid MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Please see Attachment 1 - Technical Compliance and Pricing Table and Attachment 2 -_52.212-3_Reps_and_Certs_Document. All proposed bids must be in compliance with all the terms and conditions contained within the attachments. To be determined responsive, Offerors must provide a proposed price for every line item. In the event this procurement is a total small business set-aside, the following shall apply: For small business set-asides other than for construction or services, any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer unless the SBA has granted either a waiver or exception to the nonmanufacturer rule. In industries where the SBA finds that there are no small business manufacturers, it may issue a waiver to the nonmanufacturer rule. In addition, SBA has excepted procurements processed under simplified acquisition procedures, where the anticipated cost of the procurement will not exceed $25,000, from the nonmanufacturer rule. Waivers permit small businesses to provide any firm's product. Please see FAR 19.502-2 for more information and exceptions. For this procurement, the associated North American Industrial Classification System (NAICS) code is 334516 with a small business size standard of 1,000 employees / average annual receipts." The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offeror  Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications  Commercial items  the selected offeror must submit a completed copy of the listed representations and certification; FAR 52.214.-4, Contract Terms and Conditions  Commercial Items; FAR 52.212.-5, Contract Terms and Conditions Required to Implement Statuses or Executive Orders  Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http:// www.acqnet.gov/far
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »