Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2017 FBO #5707
SOLICITATION NOTICE

66 -- One (1) each Process Mixer for Particle Surface and Shape Modification - A02 - Provisions and Clauses Full-Text Attachment

Notice Date
7/7/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332420 — Metal Tank (Heavy Gauge) 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-17-T-0161
 
Archive Date
8/4/2017
 
Point of Contact
Jessica R. Camunez, Phone: 5756788283
 
E-Mail Address
jessica.r.camunez.civ@mail.mil
(jessica.r.camunez.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
A02 - Provisions and Clauses Full-Text Attachment (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-17-T-0161. This acquisition is issued as an request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. (iv) The associated NAICS code is 332420. The small business size standard is 750 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: One (1) each Process Mixer for Particle Surface and Shape Modification according to all the minimum requirements listed below in section vi. To include shipping Free On Board (FOB) destination APG, MD 21005-5001. (vi) Description of requirements: The government requires one (1) each particle mixer that is capable of mixing particulate feedstocks while providing surface modification and to increase shape uniformity. The process mixer for surface and shape modification shall meet the following characteristics: 1.The mixer volume shall be no less than 0.5 liters per batch 2.Motor power of at least 3.5 kilowatts. 3.Capable of reaching no less than 2,500 revolutions per minute. 4.The mixing vessel shall include a cooling jacket to control the temperature during mixing. 5.The design shall have a horizontal mixing vessel to maximize particle contact with the temperature-controlled sides and prevent mixing condition variations due to settling. 6.The mixer shall remove irregular edges of particles to make them significantly more spherical, without significantly reducing the average particle size distribution via damage or fracture of particles. 7.The mixer shall produce a mixture of particle sizes such that smaller particles decorate the surface of larger particles and remain adhered to the larger particles under typical mixing conditions) 8.The mixer size shall be no larger than a length of 2.4 meters, a height of 1.4 meters, and a width of 1 meters to fit into the laboratory space allocated for the equipment. 9. Run on 230 Volts; 60 Hertz power. 10.Provide sensors and controls to monitor rotation speed, mixing time, cooling jacket temperature, and the electrical load of the motor. 11.Mixers configured with rotating blades shall have at least two (2) adjustments for clearance between the blades and exterior wall, in order to adjust mixing conditions. In addition, the blades shall have a wear resistant coating (e.g. Stellite-faced blades). 12.Include on-site start-up of the equipment and initial on-site user training of at least one (1) day at Aberdeen Proving Ground, MD (vii) Delivery is required within 60 days after date of contract. Delivery shall be made to ARL Shipping and Receiving BLDG 434 APG, MD 21005-5001. Acceptance shall be performed at ARL, APG, MD. The FOB point is ARL, APG, MD. (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 - Supplies (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: •A mixer that is capable of performing mixing under controlled gas environments (e.g. incorporation of a gas injection port) •A mixer with demonstrated compatibility with abrasive materials 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 four (4) records of sales from the previous 24 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. (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: FAR: 52.203-3, Gratuities (Apr 1984) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), Alternate I (Oct 1995). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.219-4, Notice of Price Evaluation for HUBZone Small Business Concerns (Oct 2014) 52.219-8, Utilization of Small Business Concerns (Nov 2016) 52.219-28, Post-Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation With Authorities and Remedies (Oct 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.222-35, Equal Opportunity for Veterans (Oct 2015) 52.222-36, Equal Opportunity for Workers With Disabilities (Jul 2014) 52.222-37, Employment Reports on Veterans (Feb 2016) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management (Jul. 2013) DFARS: 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) 252.204-7003, Control of Government Personnel Work Product (APR 1992) 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7011, Alternative Line Item Structure (SEP 2011) 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (OCT 2016) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations (JUNE 2015) 252.215-7007 Notice of Intent to Resolicit (JUNE 2012) 252.215-7008, Only One Offer (OCT 2013) 252.222-7007, Representation Regarding Combating Trafficking in Persons (JAN 2015) 252.223-7008, Prohibition of Hexavalent Chromium (JUNE 2013) 252.225-7012, Preference for Certain Domestic Commodities (DEC 2016) 252.225-7035, Buy American-Free Trade Agreements-Balance of Payments Program Certificate-Basic (NOV 2014), Alternate I (NOV 2014) 252.225-7036, Buy American-Free Trade Agreements-Balance of Payments Program Certificate-Basic (DEC 2016, Alternate I (DEC 2016) 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (OCT 2015) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUNE 2012) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.243-7002, Requests for Equitable Adjustment (DEC 2012) 252.244-7000, Subcontracts for Commercial Items (JUNE 2013) 252.247-7023, Transportation of Supplies by Sea (APR 2014) (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): 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (Apr 2014) 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-7, System for Award Management (Oct 2016) 52.204-16, Commercial and Government Entity Code Reporting (JUL 2015) 52.204-17, Ownership or Control of Offeror (July 2016) 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2015) 52.209-2, Prohibition On Contracting With Inverted Domestic Corporations--Representation (Nov 2015) 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 2017) Alternate I (Oct 2014) 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Oct 2015) 52.232-18, Availability of Funds (APR 1984) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 252.204-7000, Disclosure of Information (OCT 2016) 252.225-7048, Export Controlled Items (JUNE 2013) Full Text Clauses: 52.252-1, Solicitation Provisions Incorporated By Reference (FEB 1998) 52.252-2, Clauses Incorporated by Reference (FEB 1998) 252.211-7003, Item Unique Identification and Valuation (MAR 2016) 252.232-7006, Wide Area Workflow Payment Instructions (MAY 2013) ACC - APG Point of Contact Technical Point of Contact Type of Contract Distribution Statement A Government Inspection and Acceptance Tax Exemption Certificate Adelphi Contracting Division Website Receiving Room Requirement-ALC ARL-AT OPSEC (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: None (xvi) Offers are due on 20 July 2017, by 03:00 PM EST, by email to Jessica.r.camunez.civ@mail.mil (xvii) For information regarding this solicitation, please contact Jessica.r.camunez.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7ef1a3347144ca9c343be48a656d116f)
 
Place of Performance
Address: US Army Research Laboratory (ARL), Shipping and Receiving BLDG 434, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04571632-W 20170709/170707235805-7ef1a3347144ca9c343be48a656d116f (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.