Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 08, 2020 SAM #6827
SOLICITATION NOTICE

66 -- Capillary Rheometer Table Device w/accessories

Notice Date
8/6/2020 9:54:07 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-20-Q-0111
 
Response Due
8/13/2020 8:59:00 AM
 
Archive Date
08/28/2020
 
Point of Contact
Dale M. Brunson, Phone: 3013941200
 
E-Mail Address
dale.m.brunson.civ@mail.mil
(dale.m.brunson.civ@mail.mil)
 
Description
Solicitation Number: W911QX-20-Q-0111 � Title: Capillary Rheometer Table Device w/accessories � Classification Code: 66 � NAICS Code: 334519 � 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. � Description: 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 2020-08 effective 14 July 2020. For purposes of this acquisition, the associated NAICS code is 334519. The small business size standard is 500 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: �Rheometer Mechanical Unit with 'Flowmaster' Windows Rheometer Software Package - Version 8, QTY 1 EA CLIN 0002:� High Force Option 20kN / 600 mm/min, QTY 1 EA CLIN 0003:� Barrel Bore Dia 15mm, Nitrided Steel, Twin Option, QTY 1 EA CLIN 0004:� Standard temperature option, 400 degree, QTY 1 EA CLIN 0005:� 1,500 PSI transducer (10.5 MPa), QTY 1 EA CLIN 0006:� 10,000 PSI transducer (70.0 MPa), QTY 1 EA CLIN 0007:� 1.0 mm bore die 16 mm long 180 degree 15 mm barrel, QTY 1 EA CLIN 0008:� 1.0 mm Orifice die 180 degree 15 mm barrel, QTY 1 EA CLIN 0009:� 2.0 mm Orifice die 180 degree 15 mm barrel, QTY 1 EA CLIN 0010:� Go/No Go Gauge 0.995-1.005 mm, QTY 1 EA CLIN 0011:� Go/No Go Gauge 1.995-2.005 mm, QTY 1 EA CLIN 0012:� Die Cleaner with twist drill f.1.0 mm die, QTY 1 EA CLIN 0013:� Die Cleaner with twist drill f.2.0 mm die, QTY 1 EA CLIN 0014:� 2.0 mm bore die 32 mm long 180 deg. 15 mm barrel, QTY 1 EA CLIN 0015:� Computer system, English version, consisting of:� desktop PC, Processor Core i5 � 8th Gen., 3,0 GHz, RAM 16 GB, SSD 256 GB, DVD-multi drive Full-HD Display 23� Ultra VGA, Windows 10 Professional/64 bit Interfaces, USB, 2xEthernet, RS232 Serial Port, QTY 1 EA NOTE PC:� To operate Capillary Rheometer, the vendor shall provide a PC with the following specification:� 1.� Minimum PC specifications: Pentium P4 2.6GHz RAM 2 GB Hard disk capacity 40 GB CD-ROM drive Screen resolution 1024 x 768 Serial interface RS232 or USB-Serial Adapter (number of required serial interfaces depends on the configuration) 2.� Supported operating systems: Windows XP Professional � 32 bit Windows 7 � 32 bit MS Office (at least MS Excel) must be pre-installed on the PC The Flowmaster software requires Windows XP, Windows 7, or Windows 10.� If Windows 10 is to be used, an English or German operating system must be used and the Flowmaster software must be started in compatibility mode for Windows XP SP3. CLIN 0016:� Operating instructions, QTY 1 EA CLIN 0017:� Operating instructions Accessories, QTY 1 EA CLIN 0018:� Instrument poster, QTY 1 EA NOTE:� The standard electrical design of the instrument is for a line voltage of 115 V, single phase, 60 Hz. Please note differing power requirements of some special items CLIN 0019:� Single Axis Laser Die Swell Apparatus, QTY 1 EA CLIN 0020:� Shipping, QTY 1 EA Specifications/Requirement: Benchtop twin bore capillary rheometer must have the following features: 1.� A maximum force of at least 20kN 2.� Capable of measurement from ambient to at least 400�C and a variety of die diameters including at least 0.5, 1, and 2 mm.� 3.� The ability to measure die swell via lasers.� 4.� All necessary control software shall be included and compatible with Windows 10 operating system.� 5.� Instrument footprint shall be less than 30� x 30� x 48� 6.� Capable of 115V/60Hz electricity through a NEMA 5-15 or 5-20 plug. 7.� Contractor shall provide installation and training. � Delivery: Delivery is required by 10 weeks after award date. Delivery shall be made to U.S Army Research Laboratory, 6375 Johnson Road, Building 321, Aberdeen Proving Ground, MD� 21005. Acceptance shall be performed at Aberdeen Proving Ground.� Clauses: 1.�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: 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. 2.� Evaluation Criteria - The specific evaluation criteria to be used are as follows: � In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. �Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government�s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government�s minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance): Price Technical Capabilities/Specification (i.e. Salient Characteristics) Past Performance 3.� Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. � 4.� 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 � 5.� 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 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) � DFARS: *252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) *252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (MAY 2016) 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 ACQUISITION 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) *252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM�STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (MAR 2018) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.255-7036 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 COMMERICAL ITEMS (JUN 2019) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) � 6.� 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: *52.203-18 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS�REPRESENTATION (JAN 2017) 52.203-19 PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017) *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) *52.215-1 INSTRUCTIONS TO OFFERORS (JAN 2017) *52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN�REPRESENTATION (2015) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) DFARS: 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 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 (DEC 2018) FAR/DFARS FULL-TEXT PROVISIONS & CLAUSES: 52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016 *52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (DEC 2019) *52.252-1, PROVISIONS INCORPORATED BY REFERENCE (FEB 1998 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.211-7003, ITEM IDENTIFICATION AND VALUATION (DEC 2018) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) TAX EXEMPTION CERTIFICATE (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM REQUIREMENTS - ALTERNATE I (APG) *EXCEPTIONS OR CONDITIONS CONTAINED IN OFFEROR'S PROPOSAL *AWARD OF CONTRACT *ADELPHI CONTRACTING DIVISION WEBSITE *PAYMENT TERMS 7.� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as:� N/A � 8.� The following notes apply to this announcement: NONE Place of Performance: Aberdeen Proving Ground, MD� 21005 Set Aside:
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dece5fa4963f4f1cb169fd6f786fc300/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN05748460-F 20200808/200806230154 (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.