Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2023 SAM #7886
MODIFICATION

66 -- Purchase of Two (2). NCS Corporation Model LMP-3000 Halocarbon Monitors.

Notice Date
6/29/2023 11:13:57 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
W6QK ACC-APG DIR ABER PROV GRD MD 21005-3013 USA
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-23-Q-0038
 
Response Due
7/14/2023 1:00:00 PM
 
Archive Date
07/29/2023
 
Point of Contact
Lenard Wright, Phone: 4438614745
 
E-Mail Address
lenard.b.wright.civ@army.mil
(lenard.b.wright.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Synopsis: This is a combined synopsis and solicitation for commercial 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) FAC 2023-02 Effective March 16, 2023. � The synopsis/ solicitation number: W91ZLK-23-Q-0038. Description of Requirement: US Army DEVCOM Chemical Biological Center requires the purchase of Two (2). NCS Corporation Model LMP-3000 Halocarbon Monitors. 2.1 Tracer Gas Compatibility.� The halocarbon monitor must be compatible with the tracer gas Vertrel XF.� An instrument that utilizes any other type of tracer gas for use is not acceptable. 2.2 Portability.� The halocarbon monitor shall not weigh more than 60 pounds.� This weight excludes the shipping case weight.� The halocarbon monitor must contain carrying handles for lifting/transport by the operating individual.� Any other instrument that exceeds this weight threshold and does not contain carrying handles for portability is not acceptable. 2.3 Detector.� The halocarbon monitor must possess an electron capture detector that contains ~300 mCi of Tritium (H3).� Any other instrument that utilizes another type of detector is not acceptable. 2.4 Carrier Gas.� The instrument must be able to be used with the carrier gas P-5 (a methane/argon blend mixture).� An instrument that utilizes any other type of carrier gas is not acceptable. 2.5 Internal Gas Cylinder.� The instrument must contain an internal gas cylinder that can run on P-5.� The internal gas cylinder must be able to run for at least 24 hours of continuous operation on a cylinder charge of P-5.� An instrument that does not contain an internal gas cylinder and cannot run for a minimum of 24 hours of continuous operation on a cylinder charge, is not acceptable. 2.6 Halocarbon monitor/PC Interface.� The halocarbon monitor must possess a USB interface to communicate with a PC.� This interface shall be a USB interface connection. 2.7 Sampling Ports. Halocarbon monitor must contain both upstream and downstream sampling ports. 2.8 Sampling pumps.� Halocarbon monitor must use two independent sampling pumps.� One sampling pump would be dedicated to upstream sampling, and one sampling pump would be dedicated to downstream sampling.� A halocarbon monitor that does not possess independent sampling pumps for upstream and downstream sampling is not acceptable. 2.9 Display. Halocarbon monitor must contain an LCD output information display.� When connected to a PC via USB interface, the instrument must display real-time chromatography output via Windows compatible testing software.� An instrument that does not contain an LCD output information display or that does not display real-time chromatography output when connected to a PC with windows compatible testing software via USB interface is not acceptable. 2.10 Test Instrument Performance.� The halocarbon monitor must meet the test instrument performance requirements specified in the ANSI/ASME N510-75, 80, 89, and AG-1 testing standards.� A halocarbon monitor that does not meet the test instrument performance requirements is not acceptable. 2.11 Test Reporting.� Halocarbon monitor must be able to output computer generated test reports.� This test report must include background concentrations, sample concentrations, post-test concentrations, desorption plot, system identity, measured leakage, test date and time, and quality data. (This includes serial number, calibration due date, and calibration factor).� An instrument that is not able to output computer generated test reports with these features is not acceptable. �For Specific information please refer to the attached Purchase Description Document. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13 Simplified Procedures for Commercial Items. This requirement is being solicited under NAICS Code: 334516 - manufacturing instruments and instrumentation systems for laboratory analysis of the chemical or physical composition. The Government contemplates an award of a Firm-Fixed Price (FFP) type contract that will be evaluated based on Lowest Priced offer that meets all the requirement listed in the performance work statement (PWS). �� Proposals shall be submitted as price and technical: Proposal: Please submit detailed price proposal in accordance with the performance work statement (PWS) document. The Price proposal shall clearly identify the firm fixed price unit prices. Offeror's cost/price proposals will be evaluated based on the applicable criteria in FAR 15.404-1. Offerors are encouraged to submit any other price or financial information that may clarify the evaluation of the Price Proposal; however, superfluous, or elaborate documents are discouraged. Partial quotes will not be evaluated. Technical acceptability will be based on a proposal that meets all the requirements stated in the performance work statement (PWS). Technical proposal shall be ��rated as Acceptable, or Unacceptable. To receive consideration for award, Contractor shall achieve technically acceptable rating on all requirements listed in the PWS. Award without Discussions: In accordance with FAR 52.212-l (g), the Government intends to evaluate proposals and award a contract without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror's initial proposal shall contain the Offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Determination of Responsibility: In accordance with FAR 9.103, contracts will be placed only with Contractors that the Contracting Officer determines to be responsible. For Prospective offerors, to qualify as sources for this acquisition, offerors must be able to demonstrate that they meet standards of responsibility set forth in FAR 9.104. No award shall be made to an Offeror who has been determined non-responsible by the Contracting Officer. Instructions to Offerors: This award is set-aside 100% for small business. Contracts shall be awarded in the following order of priority when two or more low bids are equal in all respects: Small business Developmental Program 8(a) active participant. Small business socioeconomic contracting programs participants. Other Small business concerns. The provision at FAR 52.212-2 - Evaluation - Commercial Items, applies to this acquisition. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposal. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. By submitting a quote, the Contractor agrees to the notations identified in the performance work statement (PWS). � All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM), https://sam.gov/ database prior to award will not be considered. Vendors may register with SAM online at the website link provided. The Government reserves the right to cancel the referenced solicitation if deemed to be in its best interest. For questions concerning this solicitation, contact Lenard Wright, Contract Specialist, via e-mail at �lenard.b.wright.civ@army.mil. All questions must be received by July 7, 2023, at 4:00 p.m. Eastern Time. All quotations must be signed, dated, and submitted via email to �lenard.b.wright.civ@army.mil by July 14, 2023, at 4:00 p.m. Eastern Time. (Preferred method) �or via U.S. Mail at: US Army Contracting Command- Aberdeen Proving Ground, Tenant Contracting Division ATTN: Lenard Wright, C2-Pod 92 � 6565 Surveillance Loop, 2nd Floor. Room C2-120 Aberdeen Proving Ground, MD 21005 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://acquisition.gov �� The following clauses and provisions are incorporated by reference: FAR 52.204-7 System for Award Management FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation. FAR 52.204-27 Prohibition on a ByteDance Covered Application FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Rep NOV 2015 FAR 52.209-10 � Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2, Evaluation- Commercial Items FAR 52.212-3, Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions--Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities 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 Supplies -- 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 Unclassified Controlled Technical Information. DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors. ���������DFARS 252-211-7003, Item Identification and Valuation 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 Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/df1efc1c11f0422f92be1d4c8542a4ea/view)
 
Place of Performance
Address: Gunpowder, MD 21010, USA
Zip Code: 21010
Country: USA
 
Record
SN06731574-F 20230701/230629230047 (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.