Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 24, 2020 SAM #6782
SOLICITATION NOTICE

66 -- Three (3) Benchtop Universal Testing Machines

Notice Date
6/22/2020 8:20:05 AM
 
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
W911QX20Q0068
 
Response Due
6/25/2020 8:59:00 AM
 
Archive Date
07/10/2020
 
Point of Contact
Geovonye Parker, Phone: 301-394-1029, Ariel M. Amey, Phone: 301-394-1081
 
E-Mail Address
geovonye.n.parker.civ@mail.mil, ariel.m.amey.civ@mail.mil
(geovonye.n.parker.civ@mail.mil, ariel.m.amey.civ@mail.mil)
 
Description
1.� Class Code: 66 2.� NAICS Code:� 334516 3.� Subject:� Three (3) Benchtop Universal Testing Machines 4.� Solicitation Number: W911QX20Q0068 5.� Set-Aside Code: N/A 6.� Response Date: 06/24/2020 7.� Place of Delivery/Performance:� U.S. Army Research Laboratory �Aberdeen Proving Ground, MD �21005-5066 USA 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 W911QX20Q0068.This acquisition is issued as an request for quotation (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 1,000 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) benchtop electromechanical Universal Testing Machine (UTM), each CLIN 0002: One (1) benchtop electromechanical Universal Testing Machine (UTM), each CLIN 0003: One (1) benchtop electromechanical Universal Testing Machine (UTM), each CLIN 0004: One (1) set of bollard style wedge action grips with a load capacity of at least ten (10) kN, each� CLIN 0005: One (1) year warranty for each UTM listed in CLINs 0001-0003, each CLIN 0006: Installation and Calibration at Aberdeen Proving Ground, MD within four (4) weeks after Government acceptance of the systems, each CLIN 0007: Shipping to Aberdeen Proving Ground, MD within nine (9) weeks After Contract Award (ACA), each ����������������������� (vi) �Description of requirements: The Contractor shall deliver three (3) electromechanical Universal Testing Machines (UTMs) in accordance with the below minium requirements of the Government stated below: CLIN 0001: The Contractor shall provide one (1) benchtop electromechanical UTM that meets the following minimum specifications: Shall have a maximum load capacity of at least 50 kilonewtons (kN) Shall include fixturing rated for maximum load capacity for tension and compression including one (1) set of mechanical wedge action grips and one (1) set of compresion platens Shall include one (1) control system including Personal Computer (PC) with control software and standard test library with handset for fine positioning and control Shall be capable of measuring load to an accuracy of 0.1 percent (%) applied load from 0.2-100% of load cell capacity and displacement accuracy of plus or minus (+/-) 10 micrometer (um) Shall have a dual column design Shall have a footprint of no more than 36 inches (�) wide and 30� deep. Shall be no more than 70� tall and weigh no more than 700 pounds (lbs) Shall be capable of test speeds of at least 500 millimeter (mm)/minute (min) and have a maximum displacement of at least 1000 mm Shall have frame stiffness of at least 100 kN/mm Shall be capable of outputting analog data including force and displacement during tests for external data acquisition CLIN 0002: The Contractor shall provide one (1) benchtop electromechanical UTM that meets the following minimum specifications: Shall have a maximum load capacity of at least 25 kilonewtons (kN) Shall include fixturing rated for maximum load capacity for tension and compression including one (1) set of mechanical wedge action grips and one (1) set of compresion platens. Shall include one (1) control system including Personal Computer (PC) with control software and standard test library with handset for fine positioning and control Shall be capable of measuring load to an accuracy of 0.1% applied load from 0.2-100% of load cell capacity and displacement accuracy of +/- 10 um Shall have a dual column design Shall have a footprint of no more than 36� wide and 30� deep. Shall be no more than 70� tall and weigh no more than 700 lbs Shall be capable of test speeds of at least 500 mm/min and have a maximum displacement of at least 1000mm Shall have frame stiffness of at least 100 kN/mm Shall be capable of outputting analog data including force and displacement during tests for external data acquisition CLIN 0003: The Contractor shall provide one (1) benchtop electromechanical UTM that meets the following minimum specifications: Shall have a maximum load capacity of at least five (5) kilonewtons (kN) Shall include appropriate fixturing (rated for maximum load capacity) for tension and compression including one (1) set of mechanical wedge action grips and one (1) set of compresion platens. Shall include one (1) control system including Personal Computer (PC) with control software and standard test library with handset for fine positioning and control Shall be capable of measuring load to an accuracy of 0.1% applied load from 0.2-100% of load cell capacity and displacement accuracy of +/- 10 um Shall have a footprint of no more than 36� wide and 30� deep. Shall be no more than 70� tall and weigh no more than 700 lbs Shall be capable of test speeds of at least 500 mm/min and have a maximum displacement of at least 700mm Shall have Frame Stiffness of at least 7 kN/mm Shall be capable of outputting analog data including force and displacement during tests for external data acquisition CLIN 0004: The Contractor shall provide one (1) set of bollard style wedge action grips with a load capacity of at least ten (10) kN� CLIN 0005: The Contractor shall provide at least a one (1) year warranty for each UTM listed in CLINs 0001-0003 CLIN 0006: The Contractor shall provide installation and calibration at Aberdeen Proving Ground, MD within four (4) weeks after Government acceptance of the systems CLIN 0007: The Contractor shall provide Shipping to Aberdeen Proving Ground, MD within nine (9) weeks After Contract Award (ACA) ����������������������� (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: 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: 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 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 at least one (1) records of past performance from the past two (2) years 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). ����������������������� (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 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 (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) 52.222-36: 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) 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) 252.211-7003: ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.223-7008: PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7035: BUY AMERICAN�FREE TRADE AGREEMENTS�BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) 225.225-7036: BUY AMERICAN--FREE TRADE AGREEMENTS--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 (OCT 2018) 52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-16: COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18: COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.219-4: NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (APR 2019) (DEVIATION 2019-O0003) 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 (MAY 2013) 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 CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS TEMPORARY HOLD ON ALL DELIVERIES TO ALC/APG/WSMR DUE TO COVID-19 ����������������������� (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 24 June 2020, by 11:59am Eastern Daylight Time to geovonye.n.parker.civ@mail.mil . ����������������������� (xvii)� For information regarding this solicitation, please contact Geovonye Parker, 301-394-1029, geovonye.n.parker.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/433a0d1dea6842e884e18683ef1d684b/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN05699162-F 20200624/200623042717 (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.