SOLICITATION NOTICE
66 -- INTENT TO SOLICIT ONLY ONE SOURCE-OS Drive Unit and Twin Screw Extruder
- Notice Date
- 9/11/2020 6:05:28 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-20-Q-0238
- Response Due
- 9/17/2020 12:00:00 PM
- Archive Date
- 10/02/2020
- Point of Contact
- Vanessa Terrrazas, Phone: 5756785137
- E-Mail Address
-
vanessa.a.terrazas.civ@mail.mil
(vanessa.a.terrazas.civ@mail.mil)
- Description
- One (1) Rheodrive 16 OS drive unit and One (1) 16 millimeter (mm) twin� screw extruder replacement Disclaimer: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. NOTICE: INTENT TO SOLICIT ONLY ONE SOURCE The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The Government intends to award this contract to Thermo Electron (Karlsruhe) GmbH 2 Radcliff Road Tewksbury, MA 01876-1182. This notice of intent is not a request for competitive proposals.� However, the Government will consider all proposals received prior to the closing date and time of this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition 2020-07. For purposes of this acquisition, the associated NAICS code is 334513.� The small business size standard is 750 Employees. Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: One (1) Rheodrive 16 OS drive unit and One (1) 16 millimeter (mm) twin screw extruder replacement to include shipping to Aberdeen Proving Ground (APG) Delivery: Delivery is required by five (5) months after contract award (ACA). Delivery shall be made to Logistics Warehouse, Building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at Logistics Warehouse, Building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005. The FOB point is destination. Clauses: I. The provision at 52.212-1, Instructions to Offerors � Commercial DEVIATION 2018-O0018, applies to this acquisition.� The following addenda have been attached to this provision: In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. II. Evaluation Criteria - The specific evaluation criteria to be used are as follows:� N/A III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. None IV. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause. None V. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition.� The following additional FAR/DFARS clauses cited in this clause are applicable: FAR: 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018) 52.204-25, PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2020) 52.209-6, PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (MAY 2020) 52.222-3, CONVICT LABOR (JUN 2003) 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2020) (DEVIATION 2020-O0019) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26, EQUAL OPPORTUNITY (SEP 2016) 52.222-35, EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) 52.222-37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016) 52.222-50, COMBATING TRAFFICKING IN PERSONS (JAN 2019) 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION (OCT 2018) � DFARS: 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.204-7016, COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7017, PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7018, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (DEC 2019) 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7000, BUY AMERICAN STATUTE�BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) 252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2017) 252.225-7974, DEVIATION 2020-O0005 REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (FEB 2020) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) The following additional contract requirement(s) or terms and conditions apply: FAR: 52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) DFARS: 252.204-7000, DISCLOSURE OF INFORMATION (OCT 2016) 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) Full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document: ADELPHI LOCAL CLAUSE LIST OF SPECIAL INSTRUCTIONS: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT GOV INSPECTION AND ACCEPTANCE TAX EXEMPTION CERT. (ARL) RECEIVING ROOM � APG EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL �� �FOREIGN NATIONALS PERFORMING PAYMENT TERMS 52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (Feb 1998) 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.211-7003, ITEM UNIQUE IDENTIFICATION AND VALUATION 252.232-7006, WIDE AREA WORKLFLOW PAYMENT INSTRUCTIONS VI. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as Not Applicable. � VII. The following notes apply to this announcement: -In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. - DNI Waiver 20-00733 - Waiver of Section 889 of FY19 NDAA The PSC code for this action 6640 is temporarily waived under section 889 of Fiscal Year 2019 National Defense Authorization Act. 52.204-26 certification (and the 52.204-24 certifications) from the offeror is not required. VIII. For information regarding this solicitation, please contact Vanessa Terrazas, vanessa.g.terrazas.civ@mail.mil Place of Performance: Contractor Facility
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/48353cce71e14dc18e89c75f4d91069b/view)
- Place of Performance
- Address: Tewksbury, MA 01876-1182, USA
- Zip Code: 01876-1182
- Country: USA
- Zip Code: 01876-1182
- Record
- SN05795199-F 20200913/200911230153 (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 |