SOLICITATION NOTICE
66 -- Brand Name or Equal- INVENIO-X Fourier Transform Infrared Spectrometer
- Notice Date
- 8/31/2020 2:34:02 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21010-5424 USA
- ZIP Code
- 21010-5424
- Solicitation Number
- W911SR-20-R-SPECT
- Response Due
- 9/15/2020 8:00:00 AM
- Archive Date
- 09/30/2020
- Point of Contact
- Sara Joe ann Nowell, Phone: 4104366085, Jemel Hogan, Phone: 4104364068
- E-Mail Address
-
sara.j.nowell.civ@mail.mil, jemel.m.hogan.civ@mail.mil
(sara.j.nowell.civ@mail.mil, jemel.m.hogan.civ@mail.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13 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 NAICs code for effort is 334516. The Government plans to award a FIRM FIXED PRICE contract resulting from this notice to the responsible contractor whose quote, will be most advantageous to the Government. FAR 52.211-6 � Brand Name or Equal is hereby incorporated, Venders shall provide information required by FAR 52.211-6 when submitting offers for brand name or equal products. The proposed contract action is for the installation of Fourier Transform Infrared Spectrometer. Salient characteristics are detailed below and detailed below and a Statement of Work (SOW) is attached: Item Description: The awarded contractor shall provide: INVENIO-X Fourier-Transform Infrared Spectrometer The Fourier-transform infrared spectrometer shall meet or exceed the following specifications and salient characteristics: �� Be able to measure in the spectral range from 50-8000 cm- � Be capable of automated measurement throughout the entire spectral range � Have a spectral resolution better than 1 cm-1 Be equipped with an attenuated total reflection accessory Be upgradeable to cover a spectral range from 20-28000 cm-1 while maintaining the original spectrometer footprint in order to meet potential future needs Be upgradeable to include a microscope accessory for potential future micro spectroscopy measurements Include an additional transmittance channel allowing for mid infrared measurements that can have its own detector and utilize external light sources such as quantum cascade lasers. Include a computer for data acquisition and instrument control Delivery and installation shall not be later than 6 weeks after contract award. Note: If providing an equal please supply descriptive data for evaluation purposes to determine the validity of how it is an EQUAL. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.211-6 Brand Name or Equal, is hereby included: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as ""brand name or equal,"" the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that ""equal"" products must meet are specified in the solicitation. (b)� To be considered for award, offers of ""equal"" products, including ""equal"" products of the brand name manufacturer, must-(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate ""equal"" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ""equal"" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision). All quotes shall include price(s) (unit price, total price), confirmation of required delivery timeframe for each item, a point of contact: name, phone number & email, Cage Code, Duns, business size, and payment terms. Each response must clearly indicate the capability of the vender to meet all specifications and requirements. The following FAR provision and clauses are applicable to this procurement: 52.204-7 SAM 52.211-9 Desired and Required Time of Delivery ;52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 Offeror Representations and Certifications -Commercial Items and ALT I;. The offeror must complete and return Offeror Representations and Certifications-Commercial Items, if the information is not provided in the Online Representations and Certifications Application (ORCA) https://orca.bpn.gov 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007); Within 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, the following clauses apply and are incorporated by reference:52.219-6 Notice of Total Small Business Set-Aside ,52.219-28 Post Award Small Business Program Representation (Jun 2007),52.222-3 Convict Labor,52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2007),52.222-21 Prohibition of Segregated Facilities,52.222-26 Equal Opportunity (Mar 2007),52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998),52.222-50 Combating Trafficking in Persons (Aug 2007),52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006),52.232-33 Payment by Electronic Funds Transfer-CCR (Oct 2003) Wide Area Work Flow (WAWF); 52.215-5 Facsimile Proposals;52.247-34 F.O.B. Destination (Nov 1991). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference:252.204-7004 Required Central Contractor Registration. Alternate A;252.211-7003 Item Identification & Valuation ,252.232-7010 Levies on Contract Payments Within DFARS 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program; 252.225-7000 Buy American Act-Balance of Payments Program Certificate. BALANCE OF PAYMENTS PROGRAM CERTIFICATE, if the offered items are not domestic end products. Otherwise the offeror must certify in writing that the items offered are manufactured in the United States. All quotes shall be received by the Government to Jemel Hogan via email at jemel.m.hogan.civ@mail.mil� and Sara Nowell via email at sara.j.nowell.civ@mail.mil no later than 11:00 am EST, 15� September 2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8f13d46a631f4974a14c1d408cfd9e45/view)
- Place of Performance
- Address: Gunpowder, MD 21010, USA
- Zip Code: 21010
- Country: USA
- Zip Code: 21010
- Record
- SN05780867-F 20200902/200831230151 (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 |