Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2016 FBO #5182
SOLICITATION NOTICE

66 -- One (1) fully automated Brunauer, Emmett and Teller (BET) gas sorption surface area analyzer (SAA) - Provisions Clause

Notice Date
1/29/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-16-T-0075
 
Archive Date
2/20/2016
 
Point of Contact
Nathlie M Hicks, Phone: 3013943985
 
E-Mail Address
nathlie.m.hicks.civ@mail.mil
(nathlie.m.hicks.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Provisions Clause 8. (i) 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is: W911QX-16-T-0075 This acquisition is issued as an: (RFQ) request for quotes (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86 (iv) This acquisition is set-aside for: Small Business The associated NAICS code is: 334516 The small business size standard is: 500 empolyees (v) The following is a list of contract line item number(s) and items CLIN 001: One (1); Brunauer, Emmett and Teller Gas Sorption Are Analyzer (vi) Description of requirements: The Government requires the following: Salient Characteristics 1. The Contractor shall ensure the SAA utilizes an oil-free vacuum system. 2. The Contractor shall ensure the SAA contains one (1) sample port and two (2) sample preparation ports. 3. The Contractor shall ensure the SAA measures the absorption behavior of surface areas as low as 0.0005 m2/g. 4. The Contractor shall ensure the SAA measures pore diameters ranging from 3.5 Angstrom to 4,000 Angstrom in diameter. 5. The Contractor shall ensure the SAA automatically switches operating gas. 6. The Contractor shall ensure the SAA is fully automated and includes all necessary software for operation and analysis. 7. The Contractor shall ensure the SAA is equipped with a thermal conductivity detector that executes reaction rate chemisorption measurements. 8. The Contractor shall ensure the integrated thermal conductivity detector of the SAA takes measurements of Temperature Programmed Oxidation (TPO), Temperature Programmed Reduction (TPR) and Temperature Programmed Desorption (TPD). 9. The Contractor shall ensure the SAA the TPO, TPR, and TPD measurements are fully automated. 10. The Contractor shall ensure the SAA includes an integrated mass spectrometer. 11. The Contractor shall ensure the integrated mass spectrometer operation is fully automated and integrated into the SAA software. 12. The Contractor shall ensure the SAA is equipped with gas pressure regulators compatible with Nitrogen, Helium, Argon, Krypton, Carbon Monoxide, Hydrogen, and Methane. 13. The Contractor shall ensure the gas pressure regulators of the SAA regulate gas over the pressure range of 0-25 psi. 14. The Contractor shall ensure the SAA is supplied with standard reference materials to calibrate/verify measured surface area values for surface area as well as chemisorption measurements. 15. The Contractor shall ensure the SAA utilizes Viton O-rings. 16. The Contractor shall fully install of all parts of the system. 17. The Contractor shall supply a 1 year warranty for all parts. The warranty shall take effect the day the unit is installed. (vii) Delivery is required by: 60 days Delivery shall be made to: United States Army Research Aberdeen Proving Ground, Maryland 21005-5001 Acceptance shall be performed at: Aberdeen Proving Ground, Maryland The FOB point is: Aberdeen Proving Ground, Maryland 21005-5001 (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria (Tradeoff) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will first be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. Those offers that meet or exceed the stated performance characteristics and specifications will then be evaluated in terms of technical aspects above the minimum requirements and of those aspects not addressed in the solicitation performance characteristics and specifications that would be most beneficial to the Government. In particular, the Government is willing to trade-off on price for offerors that exceed the following performance characteristics/specifications and/or delivery time: If the device is capable of additional simultaneous particle characterization techniques such as size, shape, or material density. If the system is able to be delivered in 6 weeks or less. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets or exceeds the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include ___5___ records of sales from the previous __12__ months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer: NONE applicable} (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013) 52.209-6 -- PROTECTING THE GOVERNMENTS INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUL 2013); 52.222-3 CONVICT LABOR (JUN 2003); 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014); 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999); 52.222-26 EQUAL OPPORTUNITY (MAR 2007); 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (OCT 2010); 52.222-50 COMBATTING TRAFFICKING IN PERSONS; 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011); 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008); 52.232-33 -- PAYMENT BY ELECTRONIC FUNDS TRANSFER-- SYSTEM FOR AWARD MANAGEMENT; 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011); 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011); 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015) 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011); 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION; 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014); 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011); 252.225-7000 BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2012) 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2012) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUNE 2012); 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006); 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2014); 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (JUN 2013) ; (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-7 System for Award Management 52.204-16 Commercial And Government Entity Code Reporting 52.204-18 Commercial And Government Entity Code Maintenance 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation 52.252-2 Clauses Incorporated By Reference 252.204-0001 Line Item Specific: Single Funding 252.204-7000 DISCLOSURE OF INFORMATION; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2013) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 52.004-4409 ACC - APG POINT OF CONTACT (APR 2011); 52.004-4411 TECHNICAL POINT OF CONTACT (DEC 2002); 52.016-4407 TYPE OF CONTRACT (SEP 1999); 52.032-4418 TAX EXEMPTION CERTIFICATE (SEP 1999) 52.046-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999); 52.005-4401 RELEASE OF INFORMATION BY MANUFACTURERS, RESEARCH ORGANIZATIONS, EDUCATIONAL INSTITUTIONS, AND OTHER COMMERCIAL ENTITIES HOLDING ARMY CONTRACTS (AUG 2006); 52.011-4401 RECEIVING ROOM REQUIREMENT - ALC (SEPT 1999); APG-ADL-G.5152.232-4423 PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) (SEP 2010); APG-ADL-L.5152.203-4440 AMC-LEVEL PROTEST PROGRAM (JUL 2011) APG-ADL-L.5152.215-4441 US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE Offeror(s) may access the Adelphi Contracting Division website at: http://www.arl.army.mil/www/default.cfm?page=509 (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on 5th February 2016, by 3:00 pm, email to: nathlie.m.hicks.civ@mail.mil (xvii) For information regarding this solicitation, please contact Nathlie M. Hicks, 301-394-3985, or email: nathlie.m.hicks.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c8af5cf4b90c9a73c70cd9a1b6930e0a)
 
Place of Performance
Address: U.S. Army Research Laboratory, 434 Mulberry Point, Aberdeen Proving Ground, Maryland, 21005-5001, United States
Zip Code: 21005-5001
 
Record
SN04005237-W 20160131/160129234602-c8af5cf4b90c9a73c70cd9a1b6930e0a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.