Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
SOLICITATION NOTICE

66 -- Materials Mechanical Testing Instrument - Package #1

Notice Date
9/10/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device 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-19-Q-0195
 
Archive Date
10/1/2019
 
Point of Contact
Alberta R. Stadtler, Phone: 3013941080, Fatimata Diallo, Phone: 3013945501
 
E-Mail Address
alberta.r.stadtler.civ@mail.mil, fatimata.diallo.civ@mail.mil
(alberta.r.stadtler.civ@mail.mil, fatimata.diallo.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Provisions and Clauses Full-Text Attachment COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 66 2. NAICS Code: 334519 3. Subject: Materials Mechanical Testing Instrument 4. Solicitation Number: W911QX-19-Q-0195 5. Set-Aside Code: Not Set-Aside 6. Response Date: Five (5) business days after posting due via email to the Primary Point of Contact listed in the FedBizOpps.gov webpage for this combined synopsis-solicitation. 7. Place of Delivery/Performance: U.S. Army Research Laboratory 2800 Powder Mill Rd, Adelphi MD 20783-1197 United States. 8. (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-19-Q-0195. This acquisition is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05. (iv) The associated NAICS code is 3 34519. The small business size standard is 500 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: Quantity one (1) materials mechanical testing instrument that meets the Government's minimum characteristics. (vi) Description of requirements: C.1 Objective In an effort to conduct research in biotechnology, the Sensors and Electron Devices Directorate (SEDD) within Army Research Laboratory (ARL) requires quantity one (1) materials testing instrument. The Contractor shall provide the materials testing instrument, in accordance with section (IAW) C.2. C.2 Requirements C.2.1 The Contractor shall deliver quantity one (1) materials mechanical testing instrument IAW the following specifications to Army Research Laboratory, Adelphi, MD: •· Shall be able to perform testing under both dynamic and static conditions. •· Shall be a tabletop system. •· Shall be electrically powered from a standard electrical outlet requiring no additional infrastructure. •· Shall not need air or oil to run the system. •· Shall have frictionless linear motor that is electromagnetically controlled. •· Shall be able to perform tensile, compression and bending tests. •· Shall be able to test biomaterials, hydrogels, polymers, elastomers, and thin films. •· Shall have performance capabilities operating at 100 Hz or over 100 Hz. •· Shall have more than 400 N dynamic load capacity and more than 300 N static load capacity. •· Shall have no more than 1250 N dynamic load capacity. •· Shall have high resolution, one newton or sub-newton accuracy in low force testing. •· Shall have stoke (displacement) of more than 60 mm. •· Shall be able to use with temperature-controlled chamber. •· Shall be convertible to DMA. •· Should supply a mechanism to keep a sample submerged in liquid while mechanical tests are being performed and include sample grips that are compatible with submersion in liquid, as necessary. •· The Contractor shall provide shipping FOB Destination. (vii) Delivery is required by 4 months after contract award. Delivery shall be made to the U.S. Army Research Laboratory, 2800 Powder Mill Rd, Adelphi, MD 20783-1197 United States. Acceptance shall be performed at U.S. Army Research Laboratory, 2800 Powder Mill Rd, Adelphi, MD 20783-1197 United States. The FOB point is U.S. Army Research Laboratory, 2800 Powder Mill Rd, Adelphi, MD 20783-1197 United States. (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 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 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 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 one (1) year. 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 (with its Alternate I), Offeror Representations with its offer. N/A (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 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS 52.209-6, PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, 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 WITH DISABILITIES 52.222-50, COMBATING TRAFFICKING IN PERSONS 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION 52.232-36 PAYMENT BY THIRD PARTY DFARS 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS 252.211-7003, ITEM IDENTIFICATION AND VALUATION 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM 252.225-7000, BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE 252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM 252.232-7010, LEVIES ON CONTRACT PAYMENTS 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (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): FAR 52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 52.252-2, CLAUSES INCORPORATED BY REFERENCE DFARS 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS 252.204-7000, DISCLOSURE OF INFORMATION 252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS ADELPHI LOCAL CLAUSES ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATE (ARL) RECEIVING ROOM REQUIREMENTS - (ALC) PAYMENT INSTRUCTIONS COMMERCIAL ACQUISITION PROVISIONS & CLAUSES EXCEPTIONS OR CONDITIONS CONTAINED IN OFFEROR'S PROPOSAL AWARD OF CONTRACT TECHNICAL INFORMATION ADELPHI CONTRACTING DIVISION WEBSITE PAYMENT TERMS (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 Five (5) business days after by 09:00 a.m. EST, to Alberta Stadtler, 301-394-1080, email alberta.r.stadtler.civ@mail.mil. (xvii) For information regarding this solicitation, please contact Alberta Stadtler, 301-394-1080, email alberta.r.stadtler.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2ca3d03d8b14d1cae16de96154dccad0)
 
Place of Performance
Address: U.S. Army Research Laboratory, 2800 Powder Mill Rd, Adelphi, Maryland, 20783-1197, United States
Zip Code: 20783-1197
 
Record
SN05439169-W 20190912/190910231405-2ca3d03d8b14d1cae16de96154dccad0 (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.