Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOLICITATION NOTICE

66 -- 66--Swagelok

Notice Date
4/22/2021 9:11:13 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
LAB - ANN ARBOR, MI - CO OFFICE ANN ARBOR MI 48105 USA
 
ZIP Code
48105
 
Solicitation Number
SNAPRFQ-NVFEL-21-041521-1655
 
Response Due
4/23/2021 12:00:00 PM
 
Archive Date
10/20/2021
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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. The solicitation number is SNAPRFQ-NVFEL-21-041521-1655 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 1,000.00 employees. This requirement is a Small Business Set-Aside and only qualified sellers may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2021-04-23 15:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Ann Arbor, MI 48105 The EPA - LAB - ANN ARBOR, MI - CO OFFICE SNAP End User requires the following items, Brand Name or Equal, to the following: LI 001: Swagelok - 316 SS Fittings (No Brand Name Substitutions Accepted in this section - CLINs 001-007) - Stainless Steel Swagelok Tube Fitting, Male Connector, 1 in. Tube OD x 1 in. Male NPT - SS-1610-1-16, 40, EA; LI 002: Stainless Steel Swagelok Tube Fitting, Male Connector, 1 in. Tube OD x 3/4 in. Male NPT - SS-1610-1-12, 20, EA; LI 003: Stainless Steel Swagelok Tube Fitting, Union, 1 in. Tube OD - SS-1610-6, 20, EA; LI 004: Stainless Steel Swagelok Tube Fitting, Female Connector, 1 in. Tube OD x 1 in. Female NPT - SS-1610-7-16, 40, EA; LI 005: Stainless Steel Swagelok Tube Fitting, Female Connector, 1 in. Tube OD x 3/4 in. Female NPT - SS-1610-7-12, 20, EA; LI 006: Stainless Steel Swagelok Tube Fitting, Port Connector, 1 in. Tube OD - SS-1611-PC, 20, EA; LI 007: 316/316L Stainless Steel Seamless Tubing, 1 in. OD x 0.083 in. Wall x 20 Feet - SS-T16-S-083-20, 4, EA; LI 008: Pump (No Brand Name Substitutions Accepted in this section - CLINs 008-009) - Viking pump must be a direct match for PN: LVP40027 SN:8291760114. VIKING LVP40027 (CW) SD SIL 019 CP 1.5 RF Z 316 SS 1.5"" PORTS - V-0002-7041-006, 8, EA; LI 009: DRIVE EQUIPMENT FOR LVP40027U-M FOR NEMA ""C"" FLANGE MOTORS, 182TC FRAME - 6-92-755-41-0003, 8, EA; LI 010: General Fittings - 316 Stainless Steel (Generic substitutions Accepted - CLINS 010-019) - 316 Stainless Steel - 1.25"" male NPT reducer bushing / fitting to 1"" female pipe, 20, EA; LI 011: 316 Stainless Steel - 1.5"" NPT street elbows, 20, EA; LI 012: 316 Stainless Steel - 1.5""NPT Tee, 10, EA; LI 013: 316 Stainless Steel - 1.5"" socket weld union, 8, EA; LI 014: 316 Stainless Steel - 1"" NPT pipe nipple 1.5� Length, 10, EA; LI 015: 316 Stainless Steel - 1"" NPT pipe nipple 2� Length, 10, EA; LI 016: 316 Stainless Steel - 1"" NPT pipe nipple 2.5� Length, 10, EA; LI 017: 316 Stainless Steel - 1"" NPT pipe nipple 3� Length, 10, EA; LI 018: 316 Stainless Steel - 1"" NPT pipe nipple 3.5� Length, 10, EA; LI 019: 316 Stainless Steel - 1"" NPT pipe nipple 4� Length, 10, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, EPA - LAB - ANN ARBOR, MI - CO OFFICE SNAP End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. EPA - LAB - ANN ARBOR, MI - CO OFFICE SNAP End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 60 calendar days after close of Buy. In accordance with FAR 47.303-6, Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. The government is unable to accept any quote which shows a separate line item for shipping. In addition to providing pricing at www.unisonmarketplace.com for this solicitation, each offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) through Unison Marketplace so that they are received no later than the closing date and time for this solicitation. Registration with the System for Award Management (SAM) is required at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. The following clauses and provisions will apply: I. FAR: i. 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) ii. 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (Jan 2017) iii. 52.204-7 System for Award Management. (Oct 2018) iv. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. (Oct 2018) v. 52.204-13 System for Award Management Maintenance. (Oct 2018) vi. 52.204-16 Commercial and Government Entity Code Reporting. (Jul 2016) vii. 52.204-17 Ownership or Control of Offeror. (Jul 2016) viii. 52.204-18 Commercial and Government Entity Code Maintenance. (Jul 2016) ix. 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities. (Jul 2018) x. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (Oct 2020) xi. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2020) xii. 52.204-26 Covered Telecommunications Equipment or Services-Representation. (Oct 2020) xiii. 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation (Nov 2015) xiv. 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) xv. 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. (Nov 2015) xvi. 52.212-1 Instructions to Offerors-Commercial Items (Mar 2020) xvii. 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2020) xviii. 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2018) xix. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (Mar 2020) xx. 52.222-3 Convict Labor. (June 2003) xxi. 52.222-19 Child Labor-Cooperation with Authorities and Remedies. (Jan 2020) xxii. 52.222-21 Prohibition of Segregated Facilities. (Apr 2015) xxiii. 52.222-22 Previous Contracts and Compliance Reports. (Feb 1999) xxiv. 52.222-26 Equal Opportunity. (Sept 2016) xxv. 52.222-35 Equal Opportunity for Veterans (Oct 2015) xxvi. 52.222-36 Equal Opportunity for Workers with Disabilities. (Jul 2014) xxvii. 52.222-37 Employment Reports on Veterans (Feb 2016) xxviii. 52.222-50 Combating Trafficking in Persons. (Jan 2019) xxix. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. (Aug 2011) xxx. 52.225-13 Restrictions on Certain Foreign Purchases. (June 2008) xxxi. 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Aug 2018) xxxii. 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. (Oct 2018) xxxiii. 52.232-39 Unenforceability of Unauthorized Obligations. xxxiv. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (Dec 2013) xxxv. 52.233-3 Protest after Award. (Aug 1996) xxxvi. 52.233-4 Applicable Law for Breach of Contract Claim. (Oct 2004) xxxvii. 52.252-1 Solicitation Provisions Incorporated by Reference. (Feb 1998) xxxviii. 52.252-2 Clauses Incorporated by Reference. (Feb 1998) - Fill-In: Federal Acquisition Regulation (FAR): www.acquisition.gov and Environmental Protection Agency Acquisition Regulation (EPAAR): http://www/ecfr.gov/cgibin/textidx?c=ecfr&tpl=/ecfrbrowse/Title48/48cfrv6_02.tpl II. Local i. EPA-H-23-101 Environmentally preferable practices - The contractor shall, to the greatest extent practicable, utilize environmentally preferable practices in its course of business. ""Environmentally preferable"" is defined as products or services that have a lesser or reduced effect on human health and the environment when compared with competing products or services that serve the same purpose. This comparison may consider raw materials acquisition, production, manufacturing, packaging, distribution, reuse, operation, maintenance, or disposal of the product or service. Consideration of environmentally preferable practices must be consistent with price, performance, availability, and safety conditions. ii. EPA-H-42-102 - Utilization of FedConnect for Contract Administration - EPA will utilize the FedConnect web portal in administering this contract. The contractor must be registered in FedConnect and have access to the FedConnect website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect technical questions please call the FedConnect Help Desk at (800) 899-6665 or email at support@fedconnect.net. If applicable, vendors submitting pricing on requirements that are subject to Section 508 must denote whether those items are Section 508 compliant. To be considered for award, all Sellers must be manufacturer federally authorized distributors/resellers of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the timeframes specified by the Buyer on the award. Sellers shall be required to provide documentation as proof of authorization to be considered for award. The Government intends to select for award the one responsible quote which conforms to the Bidding Requirements and Buy Terms in the auction, proposes a price that is fair and reasonable, and provides the Lowest Priced, Technically Acceptable (LPTA) quote meeting the specifications of the requirement. If the lowest priced quote is not found to be Technically Acceptable, the government will evaluate the next lowest priced quote, and so on. Quotes determined to be incomplete, unreasonable, or unrealistic will not be considered for award.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d5116996833447898cb89cdf5b1d98d2/view)
 
Place of Performance
Address: 2565 Plymouth Rd , Ann Arbor, MI 48105, USA
Zip Code: 48105
Country: USA
 
Record
SN05980885-F 20210424/210422230117 (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.