Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

35 -- Industrial Hygiene Equipment w/calibration gases

Notice Date
9/15/2020 8:53:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
W6QK ACC-APG DIR ABER PROV GRD MD 21005-3013 USA
 
ZIP Code
21005-3013
 
Solicitation Number
PANAPG-20-P-0000-023588
 
Response Due
9/18/2020 7:00:00 AM
 
Archive Date
10/03/2020
 
Point of Contact
Olga M. Hairston, Phone: 4438614718
 
E-Mail Address
olga.m.hairston.civ@mail.mil
(olga.m.hairston.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis and solicitation for commerical items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-98 effective 31 May 2018. The synopsis/solicitation number is PANAPG-20-P-0000-023588 for the purchase of: NDIR Sensor - 6 each ToxiRae Pro Monitor with a NO Sensor - 6 each ToxieRAE Pro NO2 - 6 each Ammonia (NH3) sensor - 6 each Sulfur Dioxide (SO2) sensor - 6 each Qrae 3 02/LEL/CO/HCN - 6 each Sulfur Dioxide 5ppm - 1 each 58 liter cylinder of 5ppm Nitrogen Diox - 1 each 58 liter cylinder 50 ppm NH3 balance nit - 1 each Carbon Dioxide, 5000 ppm - 1 each Sensor RAE 4R + Sensor Conditioning Stat - 2 each Nitric Oxide 25 ppm, Nitrogen balance, 58 - 1 each Four-Gas Caliberation Mix - 1 each This requirement is a total set-aside among Small Business Concerns represented by NAICS code 541380 (Testing Laboratories) The Government contemplates an award of a Firm-Fixed Price contract to the Lowest Priced Technically Acceptable (LPTA) offer. Instructions to Offerors: * Please provide a quote based on the quantity table above. *For specific information, refer to SOW attached. * All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM), www.sam.gov, database prior to award will not be considered. Vendors may register with SAM online at the website link provided. For questions concerning this solicitation, contact Olga M. Hairston, Purchasing Agent, via email at olga.m.hairston.civ@mail.mil. All questions must be received 18 September 2020 at 10:00 a.m. Eastern Time. All quotations must be signed, dated, and submitted via email to olga.m.hairston by 18 September at 10:00 a.m. Eastern Standard Time. The government reserves the right to cancel the referenced solicitation if deemed to be in the best interest. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://farsite.hill.af.mil The following clauses and provisions are incorporated by reference: FAR 52.204-7 System for Award Management FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2015 FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporation-Rep NOV 2015 FAR 52.209-6 - Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-2010 - Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.212-1 - Instructions to Offerors - Commerical Items FAR 52.212-2- Evaluation-Commerical Items FAR 52.212-3 - Offeror Representations and Certifications - Commerical Items FAR 52.212-4 - Contract Terms and Conditions - Commerical Items FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commerical Items. FAR 52.217-5- �Evaluation of Options FAR 52.217-7 - Option for Increased Quantity - Separately Price Line Item. FAR 52.217-9 -�Option to Extend the Term of the Contract FAR 52.219-28 - Post-Award Small Business Program Representation FAR 52.222-3 - Convict Labor FAR 52.222-19 - Child Labor-Cooporation with Authorities and Remedies FAR 52.222-21 - Prohibition of Segregated Facililites FAR 52.222-26 - Equal Opportunity FAR 52.222-50 - Combating Trafficking in Persons FAR 52.223-18 - Encouraging Contractor Policies To Ban Text Messaging While Driving FAR 52.225-13 - Restrictions on Certain Foreign Purchases FAR 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-33 - Payment by Electronic Funds Transfer - System for Award Management. FAR 52.232-39 - Unenforceability of Unauthorized Obligations FAR 52.233-1 - Disputes FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.243-1 - Changes-Fixed Price FAR 52.246-2 - Inspection of Supplie - Fixed Price FAR 52.247-34 - F.O.B. Destination DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7003 - Control of Government Personnel Work Product. DFARS 252.204-7012 - Safeguarding of Unclassifed Controlled Technical Information. DFARS 252.204-7015 - Disclosure of Information to Litigation Support Contractors. DFARS 252.211-7003 - Item Identification and Valudation DFARS 252-215-7007- Notice of Intent to Re-solicit DFARS 252.223-7008 - Prohibition of Hexavalent Chromium DFARS 252.225-7048 - Export-Controlled Items DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 - Wide Area Workflow Payment Instructions DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.244-7000 - Subcontractors for Commercial Items DFARS 252.247-7023 - Transporation of Supplies by Sea
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fd06713e5f1b48efb4aa7c4dddb4607c/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN05798164-F 20200917/200915230154 (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  © 1994-2020, Loren Data Corp.