SOLICITATION NOTICE
70 -- Purchase and Installation of Agilent MassHunter Workstation Software
- Notice Date
- 8/10/2020 7:58:47 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
- W91ZLK-20-Q-0043
- Response Due
- 8/13/2020 1:00:00 PM
- Archive Date
- 08/28/2020
- Point of Contact
- Birgit M. Jones
- E-Mail Address
-
birgit.m.jones.civ@mail.mil
(birgit.m.jones.civ@mail.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 using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and Solicitation for Commercial Items�, as applicable, and 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. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07 2 July, 2020. The synopsis/solicitation number is W91ZLK-20-Q-0043 for the acquisition of Agilent MassHunter Workstation Software Description: Acquisition of Agilent MassHunter Workstation Software and shall include: QTY Two (2) � Purchase and Installation of MassHunter WorkStation for Triple Quad Software upgrade (Installation of software on a minimum of 2 workstation computers to be performed by IMD Technician and overseen by the vendor) QTY Two (2) - Training / Familiarization of Software at Installation 1 Year (12 months) - Software Update and Phone Assistance QTY Seven (7) - Supplemental Installation One Hour Labor for Chemical Analysis products. Labor only; no travel included. For Specific information, please refer to the attached purchase description. Instructions and Information to Offerors: This is a Brand Name Only acquisition IAW 10 U.S.C. 2304(c)(1), as implemented by FAR 13.106-1(b)(1)(ii) Particular brand-name item and no other supplies or services will satisfy agency requirements. This requirement is a Total set-aside among Small Business Concerns represented by the North American Industry Classification System (NAICS) Code 334516 (Analytical Laboratory Instrument Manufacturing) and the size standard is 1,000 employees. The Government intends to award a Firm Fixed Price (FFP) contract to the Lowest Priced, Technically Acceptable (LPTA) proposal in accordance with FAR 15.101-2 that meets the requirement specifications. All quotations 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. Submission Procedures: ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-20-Q-0043 PROPOSAL FROM (INSERT COMPANY NAME) The offeror shall include Company Name, Point of Contact, and Company Cage Code. All questions regarding this solicitation must be submitted to the Contract Specialist, Birgit M. Jones, via email no later than 4:00 P.M. Eastern Standard Time (EST) on Wednesday, 5 August, 2020 to birgit.m.jones.civ@mail.mil. Responses to this solicitation must be signed, dated, and received no later than 4:00 P.M. Eastern Standard Time (EST) on Thursday, 13 August, 2020. Responses must be sent by email directly to the Contract Specialist, Birgit M. Jones: birgit.m.jones.civ@mail.mil. NO TELEPHONE INQUIRIES WILL BE HONORED. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) �Late submissions, modifications, revisions, and withdrawals of offers�. The Government reserves the right to cancel the referenced solicitation if deemed to be in its best interest. 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 Contract Specialist 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: https://www.acquisition.gov/content/regulations. The following clauses and provisions apply to this acquisition and are incorporated by reference: FAR 52.204-8 Annual Representations and Certifications MAR 2020 ������� � FAR 52.204-19 Incorporation by Reference of Representations and Certifications DEC 2014 � � FAR 52.204-22 Alternative Line Item Proposal JAN 2017 ����� � FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities JUL 2018 � � FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment DEC 2019 ���������� � FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment AUG 2019 ��� FAR 52.204-26��Covered telecommunications Equipment or Services--Representation��DEC 2019 FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015 ���� � FAR 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (JUN 2020) Alternate I OCT 2014 ��������� � FAR 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018 ������ � FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation 2018-O0021) JUL 2020 ��������� � FAR 52.219-1 Alt I Small Business Program Representations (MAR 2020) Alternate I SEP 2015 ����������� � FAR 52.219-33 (Dev) Nonmanufacturer Rule (DEVIATION 2020-O0008) MAR 2020 ����� � FAR 52.222-3 Convict Labor JUN 2003 � FAR 52.222-19 (Dev) Child Labor - Cooperation with Authorities and Remedies (DEVAITION 2020-O0019) JUL 2020 ��� � FAR 52.222-21 Prohibition Of Segregated Facilities APR 2015 ������� � FAR 52.222-26 Alt I Equal Opportunity (SEPT 2016) - Alternate I FEB 1999 ��������� � FAR 52.222-50 Combating Trafficking in Persons JAN 2019 ����������� � FAR 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving JUN 2020 ����������� � FAR 52.224-3 Alt I Privacy Training (JAN 2017) -Alternate I JAN 2017 ������� � FAR 52.225-18 Place of Manufacture AUG 2018 ������� � FAR 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 � � FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 ����������� � FAR 52.233-3 Protest After Award AUG 1996 �� � FAR 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 ����� � FAR 52.239-1 Privacy or Security Safeguards AUG 1996 ����� � FAR 52.247-34 F.O.B. Destination NOV 1991 � � FAR 52.247-45 F.O.B. Origin And/Or Destination Evaluation ����������� APR 1984 FAR 52.252-2 Clauses Incorporated By Reference FEB 1998 ��������� � FAR 52.252-3 Alterations in Solicitation APR 1984 ���� � FAR 52.252-4 Alterations in Contract APR 1984 ��������� � FAR 52.252-5 Authorized Deviations In Provisions APR 1984 �������� � FAR 52.252-6 Authorized Deviations In Clauses APR 1984 � DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 ����������� � DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 � � DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 � � DFARS 252.204-7000 Disclosure Of Information OCT 2016 � DFARS 252.204-7003 Control Of Government Personnel Work Product APR 1992 ������� � DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019 ��� � DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 � � DFARS 252.211-7003 Item Unique Identification and Valuation MAR 2016 ��������� � DFARS 252.211-7008 Use of Government-Assigned Serial Numbers SEP 2010 � DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations SEP 2019 � � DFARS 252.225-7048 Export-Controlled Items JUN 2013 ���� � DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 � � DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions DEC 2018 ����� � DFARS 252.232-7010 Levies on Contract Payments DEC 2006 ����� � DFARS 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration APR 2020 ������� � DFARS 252.239-7001 Information Assurance Contractor Training and Certification JAN 2008 ����������� � DFARS 252.243-7001 Pricing Of Contract Modifications DEC 1991 ���������� � DFARS 252.247-7023 Transportation of Supplies by Sea FEB 2019 ��������� �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cd356120449243daa809b8edc7adc54e/view)
- Place of Performance
- Address: Gunpowder, MD 21010, USA
- Zip Code: 21010
- Country: USA
- Zip Code: 21010
- Record
- SN05751857-F 20200812/200810230151 (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 |