Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 29, 2017 FBO #5850
SOLICITATION NOTICE

66 -- Nitrogen Generator - CSS Attachment 2 - Balance of Payments Program Certificate - CSS Attachment 1 - Statement of Work

Notice Date
11/27/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), BLDG 1 KANSAS ST, Natick, Massachusetts, 01760-5011, United States
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-18-Q-NGEN
 
Archive Date
12/26/2017
 
Point of Contact
Schon M. Zwakman, Phone: 5082336131, Jean t. Greenwood, Phone: 5082336101
 
E-Mail Address
schon.m.zwakman.civ@mail.mil, jean.t.greenwood.civ@mail.mil
(schon.m.zwakman.civ@mail.mil, jean.t.greenwood.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1 - Statement of Work - Tri-Gas Generator Attachment 2 - Balance of Payments Program Certificate 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; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is W911QY-18-Q-NGEN. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-96, effective 06 November 2017. The US Army Natick Soldier Research, Development and Engineering Center (NSRDEC) has a requirement for a nitrogen generator to provide a constant or on-demand supply of nitrogen (curtain gas), ultra-high pure zero grade air (source gas 1 & 2) and dry air (exhaust gas) to an AB Sciex LC/MS/MS 6500+. This requirement is solicited as a total small business set aside using Simplified Acquisition Procedures IAW Federal Acquisition Regulation (FAR) Part 13 under NAICS code 334516 Analytical Laboratory Instrument Manufacturing. The small business size standard is 1,000 Employees. Funds are not presently available for this acquisition. The issuance of this solicitation does not commit the Government to make an award. DESCRIPTION OF REQUIREMENT: 1. The Contractor shall deliver and install a commercially available, gas generator to generate a constant or on-demand supply of nitrogen (curtain gas), ultra-high pure zero grade air (source gas 1 & 2), and dry air (exhaust gas) that meets the specifications defined in in Attachment 1 - Requirement Specifications, to include all shipping and handling FOB Destination. The Contract Line Item Numbers (CLINs) below are anticipated to be included in the resultant contract. The Offeror shall provide prices for CLINs 0001 through 0004 below: CLIN 0001 QTY: 1 EA Gas Generator (Compressed Nitrogen/UHP Zero Air/Dry Exhaust Air). Inclusive of all charges to include shipping and handling FOB Destination and standard warranty (minimum 1 year). Excluding tax - tax exempt certificate available upon request. CLIN 0002 QTY: 1 EA Transformer (if applicable - see item 2.b.8 of SOW) CLIN 0003 QTY: 1 EA Installation of Gas Generator CLIN 0004 QTY: 1 Job Customer Telephone/Email Support (OPTION) 2. DFARS 252.225-7001 Buy American and Balance of Payments Program applies to this acquisition. The contractor shall include Attachment 2 - Buy American - Balance of Payments Program Certificate with their quotation specific to this requirement. SUBMISSION REQUIREMENTS (ADDENDUM TO FAR 52.212-1): The Government will evaluate all submitted responses in accordance with the submission and evaluation criteria described herein. Failure to include any of the items below may render the Offeror non-responsive. Responses to this announcement shall include: 1. A Firm Fixed Price quote, inclusive of all charges and with FOB Destination shipping terms, for each CLIN stated above. The quotation shall not include taxes (tax exempt certificate may be provided to the awardee upon request). The response to this solicitation shall include company name and address, Cage Code, DUNS Number, Point of Contact name and e-mail address, and acknowledgement of amendments to this solicitation (if any). 2. The Offeror shall include complete product specifications for the item being quoted. 3. Completed and signed representations and certifications. As prescribed in DFARS 252.204-7004, interested parties must be registered with System for Award Management (SAM) under the NAICS 334516. Representations and certifications must also be on record. These registrations can be done through the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the Government may not delay award for the purpose of allowing a contractor time to register in SAM. The offeror shall include Attachment 2 DFARS 252.225-7000 - Buy American-Balance of Payment Certificate Basic - identifying country of origin specific to the requirements of this solicitation with their response. Any offeror failing to identify country of origin IAW DFARS 252.225-7000 may be considered non-responsive. ADDENDUM TO FAR 52.212-2 - EVALUATION CRITERIA: Award will be made to the responsible (See also DFARS 252.213-7000), responsive Offeror whose offer represents the Best Value based upon a comparative evaluation of offers IAW FAR 13.106-2. The Government shall evaluate the technical acceptability of the offer's quoted product with the requirement contained in Attachment 1 - Statement of Work duration and terms of warranty offered, technical support offered, and price. Price shall be evaluated for fairness and reasonableness and be inclusive of the optional Customer Support price; however, offeror's providing Customer Support and better warranty terms will receive a higher technical evaluation. Price and non-price factors are equal in importance, therefore the Government reserves the right to award to other than the most highly rated, or other than the lowest price, offer. CLAUSES AND PROVISIONS: The following clauses and provisions are incorporated by reference: Provision 52.212-1 Instructions to Offerors -- Commercial, applies to this acquisition and Addenda to this clause are contained in the section entitled "SUBMISSION REQUIREMENTS" above. Provision 52.212-2 Evaluation -- Commercial Items, applies and specific evaluation criteria to be used are contained in the section "ADDENDUM TO FAR 52.212-2 - EVALUATION CRITERIA" above. Provision 52.212-3 Offeror Representations and Certifications -- Commercial Items Alt 1, applies and specific requirements for providing Offeror Representations and Certifications with its offer are included in SUBMISSION REQUIREMENTS paragraph 3 above. The offeror's attention is directed to the requirement to provide country of origin information IAW DFARS 252.225-7000. Clause 52.212-4 Contract Terms and Conditions -- Commercial Items, applies to this acquisition; and the Product Description/Statement of Work (SOW) and additional terms and conditions below shall be included as addenda to this clause. IAW FAR 52.212-4(v) the awardees representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract. Clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEVIATION 2013-O0019), applies to this acquisition. ADDITIONAL TERMS AND CONDITIONS INCORPORATED BY REFERENCE: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-22 Alternative Line Item Proposal 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.219-1 (ALT 1) Small Business Program Representations 52.219-6 Notice of Total Small Business Set-Aside 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 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance. 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-23 (Alt 1) Assignment of Claims 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34 F.O.B. Destination 52.252-6 Authorized Deviations in Clauses 52.253-1 Computer Generated Forms 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-0001 Line Item Specific: Single Funding 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7006 Billing Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to litigation Support contractors 252.211-7003 Item Identification and Valuation 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act and Balance of Payments Program-Basic 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.246-7008 Sources of Electronic Parts (Oct 2016) 252.247-7023 Transportation by Sea 252.247-7024 Notification of Transportation of Supplies by Sea 52.252-1 Solicitation Provisions Incorporated by Reference 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): http://farsite.hill.af.mil/ (End of Provision) 52.252-2 Clauses Incorporated by Reference 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): http://farsite.hill.af.mil/ (End of Clause) SUBMISSION OF RESPONSES: The responses to this solicitation/synopsis shall be submitted VIA E-MAIL ONLY. Ensure that the e-mail is clearly marked in the subject line with the solicitation number, requirement, and the identity of the submitting firm. Quotes may be submitted in Word or PDF format only. Do not include links to websites in lieu of incorporating information into your quote. Proposals shall be submitted electronically to Schon Zwakman and Jean Greenwood at the Natick Contracting Division via schon.m.zwakman.civ@mail.mil and jean.t.greenwood.civ@mail.mil. All proposals shall be submitted by 4:00 pm EDT on 12/11/2017. Quotes will only be accepted electronically via the e-mail address provided above. It is the Offeror's responsibility to confirm that their proposal submission has been received. Offerors will not be reimbursed for any costs resulting from quotation preparation or costs associated with inquiring about or responding to this solicitation. QUESTIONS: For questions regarding this acquisition contact Schon Zwakman and Jean Greenwood at the above listed email address no later than three (3) business days prior to the due date for quotes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cddbd70c00341cd87dff62323ccef240)
 
Place of Performance
Address: General Greene Ave., Bldg. 1, Natick, Massachusetts, 01760, United States
Zip Code: 01760
 
Record
SN04748963-W 20171129/171127230739-cddbd70c00341cd87dff62323ccef240 (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.