Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 12, 2020 SAM #6831
SPECIAL NOTICE

99 -- LMP-3000 Halocarbon Monitors

Notice Date
8/10/2020 12:09:02 PM
 
Notice Type
Special Notice
 
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-20-R-0022
 
Response Due
8/17/2020 1:00:00 PM
 
Archive Date
09/01/2020
 
Point of Contact
Tien NGuyen, David A. Humfleet
 
E-Mail Address
tien.q.nguyen.civ@mail.mil, david.a.humfleet.civ@mail.mil
(tien.q.nguyen.civ@mail.mil, david.a.humfleet.civ@mail.mil)
 
Description
This is a NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT.�� The Army Contracting Command, Tenant Contracting Division, 6565 Surveillance Loop, Aberdeen Proving Ground, MD 21005-1846 intends to issue a sole source, Firm-Fixed Price contract, under Federal Acquisition Regulation (FAR) 13.106-1(b)(1)(i) soliciting from a single source.� �Only one source is capable of providing the Simulations Plus software license, NCS Corporation, 1385 West Goodale Boulevard, Columbus, Ohio 43212, Cage Code is 1MUE0, NAICS Code is 334516, Business Size Standard size is 1,000 Small Business. The US Army, Combat Capabilities Development Command-Chemical Biological Center requires the purchase of TWO (2) LMP-3000 Halocarbon Monitors, please look at the Purchase Description attached.� �Also, please see the attachment labeled, �J&A - redacted� for further detail as to why this action is being negotiated solely with NCS Corporation.� There are no solicitation documents; however, contractors interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government�s requirement.� Vendors who are not registered in System for Award Management (SAM) database prior to award will not be considered.� Vendors may register with SAM by going on via web to https://www.beta.SAM.gov. Any responses received without completing SAM registration will be considered noncompliant. Further, the response should include any special requirements for a commercial contract (i.e., Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR Part 12. �Responses must be received no later than 4:00 PM, Eastern Daylight Time, 17 August 2020.� Responses should be submitted electronically to tien.q.nguyen.civ@mail.mil This notice of intent is not a request for competitive proposals; however, the government will consider all responses received by the response date stated above.� A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government.� Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.� TELEPHONE REQUEST WILL NOT BE HONORED. ACC-APG 5152.229-4900 - Exemption From Maryland Retail Sales and Use Tax (OCT 2012) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses https://acquisition.gov/far/index.html and http://www.acq.osd.mil/dpap/sitemap.html. FAR 52.252-1 - Solicitation Provisions Incorporated by Reference. 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://www.acq.osd.mil/dpap/sitemap.html 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 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment 52.204-26 Covered telecommunications Equipment or Services--Representation FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-10 � Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.211-17 � Delivery of Excess Quantities 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 52.222-3, 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 52.222-37, Employment Reports on Veterans FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies To Ban TextMessaging 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 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.243-1, Changes- Fixed Price, Alternate I FAR 52.247-34 F.O.B. Destination DFARS 252.201-7000 Contracting Officer's Representative 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 252.204-7015, 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 252.225-7012, Preference for Certain Domestic Commodities 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 252.243-7002, Requests for Equitable Adjustment DFARS 252.244-7000 Subcontracts for Commercial Items JUN 2013
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cc712b57d7a645d1859f201455200fed/view)
 
Place of Performance
Address: Gunpowder, MD 21010, USA
Zip Code: 21010
Country: USA
 
Record
SN05750741-F 20200812/200810230144 (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.