Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2020 SAM #6721
SOLICITATION NOTICE

66 -- Laser Diffraction Particle Size Analyzer

Notice Date
4/22/2020 2:58:01 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
 
ZIP Code
39180-6199
 
Solicitation Number
W81EWF00491905
 
Response Due
4/27/2020 2:00:00 PM
 
Archive Date
05/12/2020
 
Point of Contact
Robyn D. Wells
 
E-Mail Address
Robyn.D.Wells@usace.army.mil
(Robyn.D.Wells@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The US Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Coastal and Hydraulics Laboratory (CHL) has a requirement for a new laser diffraction particle size analyzer.� The Instrument must meet the following requirements: Laser diffraction system, providing the ability to measure over a range from 0.1 - 1000 microns using a single lens. Include windows compatible software, providing a user-friendly interface for measurement control and data analysis. This includes the ability to automate measurements using SOPs, along with a report designer which allows user-specified parameters and size distribution graphs to be selected for viewing, printing and exporting raw data. Automated liquid dispersion unit with volume capacity greater than 500 ml. The dispersion unit must allow for the user to adjust pumping and stirring rates as well as sonication power. This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6 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.� This is a Request for Quotes (RFQ) and is 100% set aside for small businesses. The associated North American Industry Classification System (NAICS) code for the procurement is 334519 and the Small Business size standard is 500 employees.� The selected vendor will deliver the requirements to the ERDC Coastal and Hydraulics Laboratory (CHL), Vicksburg, Mississippi.� The delivery location is the Engineer Research & Development Center (ERDC), Coastal &�Hydraulics Laboratory (CHL), ATTN:� Dave Perkey, 3909 Halls Ferry Road, Vicksburg, MS 39180. All interested vendors must be registered in the System for Award Management (SAM).� You may register electronically at http://www.sam.gov.����������� In accordance with FAR clause 52.212-2, award shall be made to the responsible offeror whose quote is determined to be the Lowest Priced, Technically Acceptable. �Quotes are due 27 April 2020 by 4:00 PM CST and shall be submitted by email to Robyn.D.Wells@usace.army.mil.� For information concerning this solicitation, contact Robyn Wells at the above email address.� The following clauses and provisions apply to this acquisition and are hereby incorporated by reference: 52.202-1 Definitions 52.204-7 System for Award Management; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-99, System for Award Management Registration (Deviation) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 Instructions to Offerors Commercial Items (DEVIATION 2018-O0018) 52.212-2 Evaluation � Commercial Items 52.212-3 Offeror Representations and Certification Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.219-1 Small Business Program Representations; 52.219-6 Notice of Total Small Business Set-Aside (Deviation 2019-O0003); 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relation Act 52.222-50, Combating Trafficking in Persons 52.223-1, Biobased Product Certification 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-16 Acquisition of EPEAT-Registered Personal Computer Products; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-1, Buy American�Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-1 Payments; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.243-1 Changes � Fixed Price; 52.252-2, Clauses Incorporated by Reference 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.211-7003, Item Unique Identification and Valuation 252.212-7000 Offeror Representations and Certifications--Commercial Items 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notification of Transportation of Supplies by Sea A completed copy of the provision at 52.212-3, Offeror Representations and Certifications � Commercial Items must be included with your quote.� It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. Interested parties must include, with their quote, their CAGE Code and a completed 52.212-3 Offeror Representations and Certification or state that the offeror has completed Offeror Representations and Certification. Product literature containing specifications for quote product shall be submitted as well. Technical Inquiries and Questions All technical inquiries and questions relating to this procurement are to be submitted to Robyn D. Wells via e-mail at Robyn.D.Wells@usace.army.mil. Offerors are encouraged to submit questions at least 3 days prior�to�the�closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Offerors are requested to review the specifications in their entirety and review the FedBizOps website for answers to questions prior to submission of a new inquiry. Notes to Offerors: Quotes are due Monday, April 27, 2020, not later than 4:00 p.m. CST, to Robyn.D.Wells@usace.army.mil. �For information concerning this solicitation, contact Robyn D. Wells via e-mail at Robyn.D.Wells@usace.army.mil.� Oral communications are not acceptable in response to this notice. Please use the solicitation number referenced in the subject line.� Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS) to existing ones. Contracting Office Address: USACE-ERDC ATTN: CEERD-CT/Robyn D. Wells 3909 HALLS FERRY ROAD VICKSBURG, MS 39180-6199 Place of Performance: USACE-ERDC ATTN: David Perkey, CEERD-HFR 3909 Halls Ferry Road Vicksburg, MS 39180-6199
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/43c9eb6427f14f458adc59370693657e/view)
 
Place of Performance
Address: Vicksburg, MS 39180, USA
Zip Code: 39180
Country: USA
 
Record
SN05632538-F 20200424/200422230137 (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.