Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2020 SAM #6740
SOLICITATION NOTICE

66 -- Universal Testing Machine

Notice Date
5/11/2020 12:20:57 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX20Q0040
 
Response Due
5/19/2020 8:59:00 AM
 
Archive Date
06/03/2020
 
Point of Contact
Crystal L. Demby, Phone: 3013945332
 
E-Mail Address
crystal.l.demby.civ@mail.mil
(crystal.l.demby.civ@mail.mil)
 
Description
COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS � 1.� Class Code: 66 � 2.� NAICS Code:� 334516 � 3.� Subject:� Universal Testing Machine (UTM) � 4.� Solicitation Number: W911QX20Q0040 � 5.� Set-Aside Code: N/A � 6.� Response Date: 05/19/2020 � 7.� Place of Delivery/Performance:� U.S. Army Research Laboratory ����������������������������������� Aberdeen Proving Ground, MD 21005-5066 � 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 W911QX20Q0040.� This acquisition is issued as an Request For Quote (RFQ) � ����������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06 effective 06 May 2020. � ����������������������� (iv)�� The associated NAICS code is 334516.� The small business size standard is 1000 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):� � Contract Line Item Number (CLIN) 0001: One (1) Universal Testing Machine, each CLIN 0002:� One (1) Shipping at Aberdeen Proving Ground, MD 21005-5066, each CLIN 0003: One (1) Assembly and Installation for one (1) Universal Testing Machine at Aberdeen Proving Ground, MD 21005-5066, lot CLIN 0004: One (1) Basic Operations Instructions to the Technical Point of Contact for one (1) Universal Testing Machine, lot � ����������������������� (vi) �Description of requirements: Contract Line Item Number (CLIN) 0001: The Contractor shall deliver one (1) Universal Testing Machine (UTM) that meets the following minimum specifications: Shall be capable of both tension and compression with a minimum load capcity of 1000 kilonewton (kN) Shall include fixturing for compression with a minimum capacity of 1000 kN. Shall include one (1) set of two (2) wedge grips including inserts for both flat (thickness 0.1-2 inches) and cylindrical (diameter 0.875-2.5 inches) specimens. The grips shall be hydraulically operated to ensure adequate traction up to 1000 kN force. Shall include one (1) extensometer for strain measurement with two (2) inch gauge length. Shall include a control system inclusive of a desktop PC with control software, standard test library, and handheld user interface. Shall have a required floor space for the UTM and axillary equipment (e.g. hydraulic pump) no greater than eight (8) foot (ft) wide and three (3) foot (ft) in depth. Shall have a minimum stroke of nine (9) inches.Shall have a minimum vertical working space for compression testing of forty (40) inches and the vertical space for tension to be at least forty-six (46) inches Shall have force measurement with a minimum accuracy of +/- 0.5% applied load and a usable range of 0.2-100% or better Shall have displacement measurement with a minimum accuracy of +/- 10 micrometer or better Shall be capable of outputting analog data including force and displacement during tests for external data acquisition CLIN 0002: The Contractor shall provide shipping to Aberdeen Proving Ground, MD 21005-5066 within nine (9) weeks After Date of Contract (ADC). CLIN 0003: The Contract shall provide provide assembly and installation at Aberdeen Proving Ground, MD 21005-5066 that meets the following minimum requirements: Shall install the UTM in Building 4600 Aberdeen Proving Ground, MD 21005-5066 Shall include riggers if the weight of the system is 4000 pounds or greater Shall provide verification and calibration of the UTM in accordance with the manufacturer specifications CLIN 0004: The Contractor shall provide instruction to the Technical Point of Contact (TPOC) on the basic operation of the UTM. ����������������������� (vii) Delivery is required by nine (9) weeks After Contract Award (ACA).� Delivery shall be made to Aberdeen Proving Ground, Maryland 21005-5066.� Acceptance shall be performed at Aberdeen Proving Ground, Maryland 21005-5066.� The FOB point is Destination. � ����������������������� (viii) The provision at 52.212-1, Instructions to Offerors � Commercial DEVIATION 2018-O0018, applies to this acquisition.� The following addenda have been attached to this provision: N/A � ����������������������� (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:� 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.� Technical Acceptability: 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: Past performance will not be evaluated.� The Contracting Officer determines that past performance need not be evaluated because the supplies being purchased are of a low complexity that past performance information would not make a substantial difference. � Price: Price will be evaluated based on the total proposed price, including options, (if any). � ����������������������� (x)� Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), 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: 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: 52.204-10: REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.209-6: PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-28: POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3: CONVICT LABOR (JUN 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: AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-37: EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016) 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) DFARS: 252.203-7005: REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7015: DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.204-7016: COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7017: PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7018: PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (DEC 2019) 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 PAYMENTS PROGRAM (DEC 2017) 252.232-7010: LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000: SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.246-7008: SOURCES OF ELECTRONIC PARTS (MAY 2018) 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): � FAR/DFARS: 52.204-7, SYSTEM FOR AWARD MANAGEMENT 52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE 52.204-16: COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL2016) 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) 252.204-7000: DISCLOSURE OF INFORMATION (OCT 2016) 252.232-7003: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) FAR/DFARS FILL-IN CLAUSES 52.204-24 : REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2019) 52.252-1: SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2: CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.232-7006: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) 252.211-7003: ITEM IDENTIFICATION AND VALUATION (MAR 2016) ADEPLHI LOCAL CLAUSES ACC � APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOV INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERT. (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM � APG EXCEPTIONS IN PROPOSAL AWARD OF CONTACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS TEMPORARY HOLD ON ALL DELIVERIES (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A � (xv) The following notes apply to this announcement: The Government is contemplating a Commercial, Firm Fixed Price (FFP) Contract type for this requirement under the FAR Part 13 Simplified Acquisition Procedures (SAP). In accordance with FAR 32.003, contract financing cannot be provided for this acquisition. (xvi) Offers are due on 19 May 2020, by 11:59 AM EST at crystal.l.demby.civ@mail.mil � (xvii) For information regarding this solicitation, please contact Crystal Demby, 301-394-5332, crystal.l.demby.civ@mail.mil �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6891d4b21fe244f6bce79189bb553371/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN05653575-F 20200513/200511230212 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.