Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2017 FBO #5782
SOLICITATION NOTICE

66 -- Energy Dispersive Spectroscopy (EDS) System - Salient Characteristics - Provisions and Clause

Notice Date
9/20/2017
 
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-17-T-0289
 
Archive Date
10/10/2017
 
Point of Contact
Dale M. Brunson, Phone: 3013941200
 
E-Mail Address
dale.m.brunson.civ@mail.mil
(dale.m.brunson.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Provisions and Clauses in full text Salient Characteristics 1. Solicitation Number: W911QX-17-T-0289 2. Title: One (1) Energy Dispersive Spectroscopy (EDS) System 3. Classification Code: 66 4. NAICS Code: 334516 5. Response Date: Three (3) Business Days from posting 6. Description: Disclaimer: 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. NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED: THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE COMPETITIVE IN TERMS OF MARKET PRICES, QUALITY, AND DELIVERY. IF ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING OFFICER WILL CONSIDER DRAGAWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE FIRST, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Federal Acquisition Circular (FAC) 2005-95, effective 13 January 2017. For purposes of this acquisition, the associated NAICS code is 334516. The small business size standard is 1,000 employees. Contract Line Item (CLIN) Structure: 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 - Quantity One (1) Energy Dispersive Spectroscopy (EDS) including Installation, Warranty for one (1) year and Shipping. Specifications/Requirement: "SEE ATTACHED DOCUMENT TITLED "A01 - Salient Characteristics" Delivery: Delivery is required by ten (10) weeks after award. Delivery shall be made to the Army Research Laboratory (ARL), 2800 Powder Mill Road, Adelphi, MD 20783. Acceptance shall be performed at ARL, Adelphi, MD. The FOB point is ARL, Adelphi, MD 20783. Clauses: I. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. II. Evaluation Criteria - The specific evaluation criteria to be used are as follows: 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: 1. Software/GUI ease of use; general ease of use on the software side 2. Higher detector resolution; detector area larger than 70 millimeters squared (mm2) 3. Number of licenses allowed; more than one license 4. Greater number of elements detected; Beryllium (Be) through Californium (Cf) 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 three (3) records of sales from the previous twelve (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. III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. IV. 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 V. 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 (July 2013) • 52.209-6 Protecting the Government's 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 Affirmative Action for Workers with Disabilities (Jul 2014) • 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 Restrictions on Certain Foreign Purchases (Jun 2008) • 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) • 52.232-36 Payment By Third Party (May 2014) • 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) • 252.204-7008 (DEVIATION 2016-O0001) (OCT 2015), Compliance With Safeguarding Covered Defense Information Controls • 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014) • 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) • 252.232-7010, Levies on Contract Payments (Dec 2006) • 252.225-7036, Buy American-Free Trade Agreements--Balance of Payments • 252.225-7036 ALT I, Buy American-Free Trade Agreements--Balance of Payments • 252.244-7000 Subcontracts for Commercial Items (Jun 2013) • 252.247-7023 Transportation of Supplies by Sea VI. 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): • 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) • 52-204-18 Commercial and Government Entity Code Maintenance (Jul 2016) • 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (June 2016) • 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) • 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) • 252.204-7000 Disclosure of Information (Oct 2016) • 252.204-7012 Safeguard Covered Defense Information and Cyber Incident Reporting (Oct 2016) • 252-232-7003 Electronic Submission of Payment Requests and Receiving Reports (June 2012) Full-Text Clauses ACC-APG Point of Contact Technical Point of Contact Type of Contract Government Inspection and Acceptance Receiving Room - Adelphi, MD Payment Office (Bankcard) Tax Exemption Certificate 252.232-7006 Wide Area Workflow Payment Instructions 252.211-7003 Item Unique Identification and Valuation VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A VIII. The following notes apply to this announcement: In accordance with FAR 32.003, contract financing cannot be provided for this acquisition. Offers are due three (3) Business Days from posting by 11:59 A.M. Eastern Standard Time (EST) via email to the Contract Specialist, Dale Brunson, dale.m.brunson.civ@mail.mil For information regarding this solicitation, please contact Dale Brunson, 301-394-1200, dale.m.brunson.civ@mail.mil. Place of Performance: Army Research Laboratory (ARL), 2800 Powder Mill Road, Adelphi, MD 20783. Set Aside: NONE
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/df46c48c328a5eaac2e9bf1dd2afe088)
 
Place of Performance
Address: Army Research Laboratory, 2800 Powder Mill Road, Adelphi, Maryland, 20783, United States
Zip Code: 20783
 
Record
SN04687403-W 20170922/170920232745-df46c48c328a5eaac2e9bf1dd2afe088 (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  © 1994-2020, Loren Data Corp.