Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 02, 2024 SAM #8131
SOLICITATION NOTICE

66 -- Wastewater Process System

Notice Date
2/29/2024 11:34:47 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
W91ZLK24Q0004
 
Response Due
3/7/2024 10:00:00 AM
 
Archive Date
03/22/2024
 
Point of Contact
Patrick J. Drabinski, Phone: +1 520-671-2375, Rex M. Valdez
 
E-Mail Address
patrick.j.drabinski.civ@army.mil, rex.m.valdez2.civ@army.mil
(patrick.j.drabinski.civ@army.mil, rex.m.valdez2.civ@army.mil)
 
Description
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) 2024-02 effective 22 January 2024. The synopsis/ solicitation number is W91ZLK24Q0004 for the purchase of a Wastewater Process System. The solicitation is for the purchase of a Wastewater Process System to filter wastewater from a dye penetrant inspection system that cannot be disposed of as normal wastewater due to contamination with oil, and other pollutants. This requirement and is being solicited for FULL AND OPEN COMPETITION represented by NAICS Code 334516 - Analytical Laboratory Instrument Manufacturing. The Government contemplates an award of a Firm-Fixed Price (FFP) type contract and will be evaluated on the basis of Lowest Priced offer that meets all the requirement listed in the Statement of Work (SOW) attached. Description of Requirements: Please refer to the attached Statement of Work (SOW) for details of the requirement. Evaluation and Basis for Award: The Government intends to award one Firm-Fixed Price contract to the Lowest Priced, Technically Acceptable (LPTA) proposal, in accordance with FAR 15.101-2. Technical acceptability will be based on a proposal that meets all the requirements stated in the SOW attached. The award will be made to the technically acceptable vendor that provides the lowest delivered total price of the units combined of the contract. Rejection of Offers: In accordance with FAR 52.212-1 (g) The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Examples include, but are not limited to, the following: a. Offers that provide only a statement indicating its capability to comply with the RFP terms without support and elaboration as specified in volume instructions stated in this combined synopsis/solicitation; or b. Offers that reflect an inherent lack of technical competence or a failure to comprehend the complexity and risks required to perform the requirements. This may include submission of a proposal which is abnormally high or low in Price (unbalanced pricing) or unattainable in terms of technical or schedule commitments: or c. Offers that do not meet all the stated material requirements of this combined synopsis/solicitation; or d. Offers that propose exceptions to the attachments, exhibits, enclosures, or other combined synopsis/solicitation terms and conditions. Instructions to Offerors: Please provide a price proposal with product description/ specification. Price proposal shall specify estimated delivery date after receipt of order, unit prices, extended prices, and shipping cost if applicable. Partial proposals will NOT be evaluated by the Government. The Government is not responsible for locating or securing any information which is not identified in the Proposals. By submitting a proposal, the Contractor agrees to the notations identified in the SOW. All proposals 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 Patrick Drabinski, Purchasing Agent, via email at patrick.j.drabinski.civ@army.mil. All questions must be received NLT Thursday, 29 February 2024 at 1:00 p.m. Eastern Time. All quotations must be signed, dated, and submitted via email to patrick.j.drabinski.civ@army.mil NLT Friday, 01 March 2024 at 1:00 p.m. Eastern Time. The Government reserves the right to cancel the referenced solicitation if deemed to be in its best interest. 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. Prospective offerors, in order to qualify as sources for this acquisition, 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. 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 52.209-2 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 ""EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX Exemption certificate No. 30005004 covers exemption from Maryland Retail sales and Use tax.""
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4820d75c0d544498bb9277fb6402f029/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN06982242-F 20240302/240229230106 (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.