Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
MODIFICATION

66 -- PERMEATION TUBE SYSTEM MODULES GAS STANDARD GENERATOR

Notice Date
5/25/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
FISC Norfolk Contracting Office Groton Code 245.2, Groton, CT 06349
 
ZIP Code
06349
 
Solicitation Number
N0018917QG064
 
Response Due
5/25/2017
 
Archive Date
11/21/2017
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
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 N0018917QG064 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 2005-95. 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 quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-05-25 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Groton, CT 06349 The FLC Norfolk - Groton requires the following items, Brand Name or Equal, to the following: LI 001: BASE PERMEATION TUBE SYSTEM FFP Base Permeation Tube System Gas Standard Generator FlexStream Base EC-115V MFG KIN-TEK Analytical, Inc. TO INCLUDE SHIPPING/FREIGHT DELIVERY FOB DESTINATION TO GROTON, CT 06349 Brand Name or Equal Or equal quotes are invited and encouraged. If or equal product is bid, vendors must provide a Yes-No Matrix with the salient characteristics and product literature data specifications to evaluate or equal product. SALIENT CHARACTERISTICS Enhance permeation oven with touch screen interface for controlling operating modes and dilution flow. Features remove operation if connected to a user supplied PC. Provides direct readout of concentration based on operating parameters. 115VAC - 60Hz, dilution flow range 0.25-5 slpm measured through a mass flow controller (N2 carrier), digital temperature from 30 degrees C to 150 degrees C in 0.1 C increments. Placed in expansion cabinet. Uses disposable permeation tubes and liquid filled refillable permeation tubes and works with other FlexStream modules.To include Operating Manual. NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent, 1, EA; LI 002: PERMEATION MODULE FFP Permeation Tube System Module Gas Standard Generator FlexStream Interface PM 115VAC or equal MFG KIN-TEK Analytical, Inc. TO INCLUDE SHIPPING/FREIGHT DELIVERY FOB DESTINATION TO GROTON, CT 06349 Brand Name or Equal Or equal quotes are invited and encouraged. If or equal product is bid, vendors must provide a Yes-No Matrix with the salient characteristics and product literature data specifications to evaluate or equal product. SALIENT CHARACTERISTICS Single oven module that works with FlexStream Base Module to extend the number of ovens in a calibration series. Up to 6 in a series. Provides direct readout of digital temperature from 30 degrees C to 150 degrees C in 0.1 degree C increments. Placed in a portable single module cabinet uses disposable permeation tubes and liquid filled refillable permeation tubes. Includes 2 gas out ports and a syringe port and is equipped with adjustable output pressure control from ambient to 40 psig. Is used when an analyzer mandates either a steady or injected sample stream or where back pressure is required for sample introduction. NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent., 1, EA; LI 003: PERMEATION SECONDARY DILUTION SD MODULE FFP Permeation System SD Module Gas Standard Generator FlexStream SD115VAC or equal MFG KIN-TEK Analytical, Inc. TO INCLUDE SHIPPING/FREIGHT DELIVERY FOB DESTINATION TO GROTON, CT 06349 Brand Name or Equal Or equal quotes are invited and encouraged. If or equal product is bid, vendors must provide a Yes-No Matrix with the salient characteristics and product literature data specifications to evaluate or equal product. SALIENT CHARACTERISTICS Works with FlexStream Base Module to provide Secondary Dilution of Concentration ranges to sup-ppb levels, allows variable concentrations at set flow. Equipped with high purity MFC to allow 10-100 sccm of calibration gas to be diluted further by a Secondary Dilution MFC (range 0.25 - 5.0 slpm) for diluting primary standard from Base Module. Designed to work with other FlexStream modules. Provides access to all functions available through FlexStream software to include Operating Manual. NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent., 1, EA; LI 004: PERMEATION SYSTEM INTERFACE IM MODULE FFP Permeation System Interface Module Gas Standard Generator FlexStream Interface or equal MFG KIN-TEK Analytical, Inc. TO INCLUDE SHIPPING/FREIGHT DELIVERY FOB DESINATION TO GROTON, CT 06349 Brand Name or Equal Or equal quotes are invited and encouraged. If or equal product is bid, vendors must provide a Yes-No Matrix with the salient characteristics and product literature data specifications to evaluate or equal product. SALIENT CHARACTERISTICS Works with FlexStream System to provide interface with analyzers. Includes 2 gas out ports and a syringe port and is equipped with adjustable output pressure control from ambient to 40 psig. Is used when an analyzer mandates either a steady or injected sample stream or where back pressure is required for sample introduction. NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent., 1, EA; 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.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC Norfolk - Groton intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC Norfolk - Groton 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 quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 334516 and the Small Business Standard is 100%. FAR 52.247-34, F.o.b. Destination applies 52.212-2 Evaluation - Commercial Items. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use “Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders —Commercial Items. 52.204-10 Reporting Subcontract Awards. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers w/ Disabilities 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18 Availability of Funds 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Fleet Fast Pay Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) Control of Government Personnel Work Product (April 1992) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Buy American Act & Balance of Payments (Oct 2011) (1) Vendors must quote ALL line items or you will be automatically disqualified as technically unacceptable. This will be awarded on the lowest price technically acceptable for the whole dollar value. (2) All questions must be directed through the Reverse Auction Website, any questions outside of the Reverse Auction platform will not be answered. Do not send questions directly to buyers email. (3) Sellers must upload all technical criteria, lead time, and attachments with bid otherwise you may be automatically disqualified for not providing mandatory attachments. Or equal quotes are invited and encouraged. If or equal product is bid, vendors must provide a Yes/No Matrix with the salient characteristics and product literature data specifications to evaluate or equal product. (4) The Vendor shall complete, sign, and attach FAR 52.203-18 Prohibition on Contracting with Entities that Required Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017). (7) The Vendor shall complete, sign and attach FAR 52.209-11 Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under Any Federal Law (Feb 2016) (8) The Vendor shall complete, sign, and attach DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate (Nov 2004). Do not leave Blank or state FTA Compliant. If no place of manufacture is filled out on DFARS 252.225-7000 the bid will be evaluated as it is a foreign non qualifying country per DFARS 225.502 (c) (i) (E). EVALUATION Award of the purchase order resulting from this Auction will be made to the responsible Vendor whose bid is the lowest price technically acceptable and in full compliance with all other requirements set forth in this Auction will be awarded the Purchase Order. The Government reserves the right to judge which submissions show the required capability. PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS--REPRESENTATION (JAN 2017) (a) Definition. As used in this provision-- Internal confidentiality agreement or statement, subcontract, and subcontractor, are defined in the clause at 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (b) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions), Government agencies are not permitted to use funds appropriated (or otherwise made available) for contracts with an entity that requires employees or subcontractors of such entity seeking to report waste, fraud, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (c) The prohibition in paragraph (b) of this provision does not contravene requirements applicable to Standard Form 312, (Classified Information Nondisclosure Agreement), Form 4414 (Sensitive Compartmented Information Nondisclosure Agreement), or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d) Representation. By submission of its offer, the Offeror represents that it will not require its employees or subcontractors to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting waste, fraud, or abuse related to the performance of a Government contract to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information (e.g., agency Office of the Inspector General). (End of provision) Signature: _____________________ Name: ________________________ Title: _________________________ Date: _________________________ REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) 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 an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was 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 an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that-- (1) It is [ ] 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; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Signature: ___________________ Name: ______________________ Title: _______________________ Date: _______________________ WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the śWeb Based Training ť link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: Prohibition on Requiring Certain Internal Confidentiality Agreeements or Statements JAN 2017 System for Award Management OCT 2016 System for Award Management Maintenance OCT 2016 Commercial and Government Entity Code Reporting JUL 2016 Commercial and Government Entity Code Maintenance JUL 2016 Brand Name or Equal AUG 1999 Unenforceability of Unauthorized Obligations JUN 2013 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 Protest After Award AUG 1996 Requirement to Inform Employees of Whistleblower Rights SEP 2013 Representation Relating to Compensation of Former DoD Officials NOV 2011 System for Award Management Alternate A FEB 2014 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 Use of Government-Assigned Serial Numbers SEP 2010 Prohibition of Hexavalent Chromium JUN 2013 Export-Controlled Items JUN 2013 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (JAN 2017) Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of provision) CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of clause) COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018917QG064/listing.html)
 
Place of Performance
Address: Groton, CT 06349
Zip Code: 06349
 
Record
SN04522455-W 20170527/170526000638-da0dd0a253733e5f994b7a1f0e4a3b54 (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.