Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
SOLICITATION NOTICE

66 -- SMALL BUSINESS SET-ASIDE FOR qty. one (1) turn-key high-pressure, high-temperature (HPHT) furnace. - A02 - Combination Synopsis-Solicitation for Commercial Purchases

Notice Date
7/20/2018
 
Notice Type
Cancellation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 Powder Mill Road, Building 601, Adelphi, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-18-Q-0060
 
Archive Date
8/11/2018
 
Point of Contact
Ashley Eaker, Phone: 301-394-4229, Lindsay Decker, Phone: 301-394-2382
 
E-Mail Address
ashley.e.eaker2.civ@mail.mil, lindsay.n.decker.ctr@mail.mil
(ashley.e.eaker2.civ@mail.mil, lindsay.n.decker.ctr@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
A02 - PROVISIONS AND CLAUSES FULL TEXT ATTACHMENT A02 - Combination Synopsis-Solicitation for Commercial Purchases 1.Solicitation Number: W911QX-18-Q-0060 2.Title: SMALL BUSINESS SET-ASIDE FOR qty. one (1) turn-key high-pressure, high-temperature (HPHT) furnace. 3.Classification Code: 66 4.NAICS Code: 334516 5.Response Date: Five (5) days, not including date of posting due via email to the Primary Point of Contact listed in the FedBizOpps.gov webpage for this combined synopsis-solicitation. 6.Description: The Government requires qty. one (1) turn-key high-pressure, high-temperature furnace. 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 AWARDING 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 2005-99, effective 15 June 2018. 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: The Contractor shall provide qty. one (1) turn-key high-pressure, high-temperature (HPHT) furnace, including any necessary components such as segments, fittings, valves, stands, and power supplies, as well as shipping. Specifications/Requirement: The Contractor shall provide qty. one (1) turn-key high-pressure, high-temperature (HPHT) furnace that meets or exceeds the following requirements: •Maximum working temperature up to 1,800 degrees (°) Celsius (C) or higher with air as the working fluid, which can be sustained for 150 hours or more of continuous usage; •Maximum working pressure of 1,000 pounds per square inch (psi) (6.9 Megapascals (MPa)) or higher of air, which can be sustained for 150 hours or more of continuous usage; •System shall be capable of reaching maximum temperature and pressure simultaneously, and sustain this working environment for 150 hours or more of continuous operation; •System shall be capable of heating at a rate of 10 C° per minute; •System shall have a hot zone, which shall be no less than 51 millimeters (mm), or two (2) inches, in diameter, and 203 mm, or eight (8) inches, in length; •Contractor shall provide a Silicon-controlled Rectifier (SCR) power supply with a National Electrical Manufacturers Association (NEMA) standard L5-30 receptacle for use with a 120 Volts alternating current (VAC), 60 Hertz (Hz) source; •Process controller shall be user-programmable with up to eight (8) or more ramp/soak segments; •Process controller shall be capable of Ethernet communication; •System shall have two (2) or more thermocouples for process control and calibration; •Contractor shall provide two (2) or more replacement thermocouples; •System shall have an over-pressure relief valve; •System shall have an over-temperature protection circuit; •Contractor shall provide a water chiller to supply cooling water at a rate of one (1) gallon per minute (equivalent to four (4) liters (L) per minute); •System shall meet the comprehensive regulations in accordance with the most recently published version of the National Electrical Code (NEC); •Contractor shall provide two (2) hard-copies and one (1) soft-copy of all equipment manuals; •Contractor shall provide on-site set-up and installation no later than sixty (60) days after delivery; •Contractor shall provide on-site training for up to five (5) Army Research Laboratory (ARL) staff members for up to two (2) days immediately following completion of installation and set-up; •The Contractor shall provide a full warranty of the HPHT furnace system for three (3) years, beginning the day after technical acceptance has been provided by the Government. The warranty shall include replacement of all defective parts at no additional cost to the Government; •Contractor shall provide a response within 48 hours of the time the Government contacts the Contractor with a request to diagnose, service, and/or propose a plan to repair the HPHT furnace system throughout the lifetime of the warranty. Delivery: Delivery is required by 16 weeks ARO. Delivery shall be made to Aberdeen Proving Ground, Maryland. Acceptance shall be performed at Aberdeen Proving Ground, Maryland. The FOB point is Aberdeen Proving Ground, Maryland. 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 has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. 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 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 on an acceptable/unacceptable rating basis. An "Acceptable" rating is defined as the Government having reasonable confidence that the offeror can complete all requirements under the contract and meet stated delivery dates. An "Unacceptable" rating is defined as the Government having minimal confidence that the offeror can complete all requirements under the contract and meet stated delivery dates. The ratings will be based upon past performance information submitted by the offeror, as well as any other past performance information the Government obtains. The offeror shall submit four (4) records of past performance from the past twenty-four (24) months with their offer. Only offerors rated "Acceptable" will be eligible for award. Award will be made to the lowest price technically acceptable offer out of all offers rated "Acceptable". Price will be evaluated based on the total proposed price, including options, (if any). 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 (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 PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014) 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 ACT (OCT 2016) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26 EQUAL OPPORTUNITY (SEP 2016) 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-CENTRAL CONTRACTOR REGISTRATION (JUL 2013) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) 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) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-0007 CONTRACT-WIDE: SEQUENTIAL ACRN ORDER. (SEP 2009) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7011 ALTERNATE LINE ITEM STRUCTURE (SEP 2011) 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7000 BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENT PROGRAMS (DEC 2016) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000 SUBCONTRACTS FOR COMMERICAL ITEMS (JUN 2019) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) LOCAL CLAUSES: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT (Reference: 52.216-1) GOVERNMENT INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) TAX EXEMPTION CERTIFICATE (ARL) RECEIVING ROOM REQUIREMENTS - ALTERNATE I (APG) EXCEPTIONS OR CONDITIONS CONTAINED IN OFFEROR'S PROPOSAL AWARD OF CONTRACT ADELPHI CONTRACTING DIVISION WEBSITE FOREIGN NATIONALS PERFORMING UNDER CONTRACT PAYMENT TERMS VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. VIII. The following notes apply to this announcement: None. Place of Performance: Aberdeen Proving Ground, Maryland Set Aside: (Leave Blank on FBO Posting. DO NOT SELECT A SET ASIDE TYPE)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/77f1784f4df4af5d66caf6c0266f91b3)
 
Place of Performance
Address: Aberdeen Proving Ground, Maryland, United States
 
Record
SN05000735-W 20180722/180720230747-77f1784f4df4af5d66caf6c0266f91b3 (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.