Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 02, 2021 SAM #7215
SOLICITATION NOTICE

66 -- Sole Source � One (1) Sensitivity Friction Tester for Small Scale Characterization of Reactive and Energetic Materials.

Notice Date
8/31/2021 4:55:23 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-21-Q-0244
 
Response Due
9/7/2021 8:59:00 AM
 
Archive Date
09/22/2021
 
Point of Contact
Adrian Barber, Phone: 3013941503
 
E-Mail Address
adrian.t.barber.civ@mail.mil
(adrian.t.barber.civ@mail.mil)
 
Description
(i)� 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 of Intent to Sole Source- The proposed contract action is for supplies for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i).� The name of the company the Government intends to award a contract to is Explosives Examiners, LLC. DUNS: 078390919 CAGE Code: 7E3U6. 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. � �������������������� (ii)� The solicitation number is W911QX-21-Q-0244.� This acquisition is issued as a Request for Quote (RFQ). � �������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-07. � �������������������� (iv)� The associated NAICS code is 335999.� The small business size standard is 500 Employees. � �������������������� (v)�� 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) Friction Tester (for secondary explosives), complete, with Pyrotechnic testing table. CLIN 0002 � One (1) 3-Position light arm, for making measurements on primary explosives. CLIN 0003 � One (1) 14-piece weight set for making measurements on primary explosives. CLIN 0004 � One (1) Ball Impact Tester � �������������������� (vi) �Description of requirements: The Government requires one (1) Friction Tester that meets the following minimum specifications: Shall comply with the following standardized tests: Test method 3(b)(i) as detailed in the United Nations test manual (13.4.2) Test method 1024 as detailed in MIL-STD-1751A Section 5-3d in Technical Bulletin (TB) 700-2 [Department of Defense (DoD) Hazard Classification Procedures] Shall include German Federal Institute for Materials Research and Testing (BAM) Standardized friction testing Shall have ~0.1 to 350 Newton (N) friction force range of capability Including high-sensitivity and low-sensitivity masses and arm attachments Shall have 20-300 Rotations Per Minute (RPM) rotational speeds across sample Shall have a self-contained safety unit and shielding Shall have similar unit to other DoD and Department of Energy (DoE) labs (provides consistency of testing results) Shall have additional adjustable weights and arms to easily and rapidly vary energy input � Salient characteristics of Impact Sensitivity Testing unit shall include the following: Shall comply with the following standardized tests: Test method 1016 as detailed in MIL-STD-1751A Shall have ~65 millijoule (mJ) to 5300 mJ impact energy range Shall consist/provide small quantities of material [~30 milligram (mg) or less] Shall provide optical access to impact area for implementation of additional diagnostics Shall have the ability to change drop weight density to increase impact energy Shall be a compact unit (i.e. tabletop) that does not require building modification (structural reinforcement) for mounting and installation � �������������������� (vii) Delivery is required no later than fourteen (14) weeks after contract award (ACA).� Delivery shall be made to Shipping & Receiving, 6375 Johnson Road, Building 321, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at Destination. The FOB point is Destination. � �������������������� (viii) The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition.� The following addenda have been attached to this provision: NONE � �������������������� (ix)� Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. � �������������������� (x)� 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 � �������������������� (xi)� 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) 52.209-6: 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) 52.222-36: AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 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) 52.232-36: PAYMENT BY THIRD PARTY (MAY 2014) DFARS: *252.203-7005: REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 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) *252.225-7035: BUY AMERICAN�FREE TRADE AGREEMENTS�BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) (DEVIATION 2020-O0019) 252.225-7036: BUY AMERICAN--FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM (DEC 2017) (DEVIATION 2020-O0019) *252.225-7974:� REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MAUDURO REGIME (DEVIATION 2020-O0005)(FEB 2020) 252.232-7010: LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000: SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.246-7008: SOURCES OF ELECTRIC PARTS (MAY 2018) 252.247-7023: TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) � �������������������� (xii)� The following additional contract requirement(s) or terms and conditions apply (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): � FAR/DFARS: *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) 52.204-19: INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.232-40: PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 252.203-7000: REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000: DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7003: Control of Government Personnel Work Product 252.204-7012:� SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) 252.225-7048:� EXPORT-CONTROLLED ITMES (JUN 2013) 252.232-7003: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7017: ACCELERATING PAYMENTS TO SMALL BUSINESS SUBCONTRACTOR�PROHIBITION ON FEES AND CONSIDERATION (APR 2020) � FAR/DFARS FILL-IN CLAUSES *52.204-24:� REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2020) *52.204-26:� COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (OCT 2020) *52.252-1:� SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2: CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.232-7006:� WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 252.211-7003:� ITEM IDENTIFICATION AND VALUATION (MAR 2016) ADEPLHI LOCAL CLAUSES ACC � APG POINT OF CONTACT TECHNICAL POINT OF CONTACT *INTENT TO SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT GOV INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERT. (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM � APG *EXCEPTIONS IN PROPOSAL *AWARD OF CONTACT *ADELPHI CONTR. DIVISION URL *FOREIGN NATIONALS PERFORMING *PAYMENT TERMS������������� � �������������������� (xiii)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: NA. ��������� ��������� (xiv)� The following notes apply to this announcement:� The Government is contemplating a Commercial, Firm Fixed Price (FFP) Contract type for this requirement under the FAR Part 13 Simplified Acquisition Procedures (SAP). In accordance with FAR 32.003, contract financing cannot be provided for this acquisition. � � �������������������� (xv)� Offers are due seven (7) days after posting, by 11:59 AM, via email to Contract Specialist, Adrian Barber at adrian.t.barber.civ@mail.mil. � �������������������� (xvi)� For information regarding this solicitation, please contact Adrian Barber, 301-394-1503, adrian.t.barber.civ@mail.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3dc8c7ec41744fccb510680a677f21de/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN06118181-F 20210902/210831230123 (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.