Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2022 SAM #7601
SOLICITATION NOTICE

66 -- COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS one (1) capillary differential scanning calorimeter (DSC) complete autosampler system with installation, training and related accessories.

Notice Date
9/20/2022 12:23:20 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX22Q0202
 
Response Due
9/23/2022 8:59:00 AM
 
Archive Date
10/08/2022
 
Point of Contact
Douglas Dennard, Phone: 3013943371, Swati Jain, Phone: 3013940045
 
E-Mail Address
douglas.c.dennard.civ@army.mil, swati.jain2.civ@army.mil
(douglas.c.dennard.civ@army.mil, swati.jain2.civ@army.mil)
 
Description
COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1.� Class Code: 66 2.� NAICS Code:� 334516 3.� Subject:� one (1) capillary differential scanning calorimeter (DSC) complete autosampler system with installation, training and related accessories. 4.� Solicitation Number: W911QX22Q0202 5.� Set-Aside Code: N/A 6.� Response Date: 3 DAYS after Posting 7.� Place of Delivery/Performance:� U.S. Army Research Laboratory (APG) Aberdeen Proving Ground, MD ���� ������������������������ 21005 USA 8.� ������������������� (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. ������������������� (ii)� The solicitation number is W911QX22Q0202.� This acquisition is issued as an request for quotation (RFQ).� � ������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-07 ������������������� (iv)� The associated NAICS code is 334516.� The small business size standard is 1000 employee standard� � ������������������� (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 FFP one (1) capillary differential scanning calorimeter (DSC) complete autosampler system with installation, training and related accessories. ������������������� (vi)� Description of requirements: The Contractor shall deliver a quantity of one (1) capillary differential scanning calorimeter (DSC) complete autosampler system with installation, training and related accessories. C.1 Objective In an effort to conduct research for the characterization or protein unfolding/re-folding to progress customer and mission related programs at the Weapons and Materials Research Directorate (WMRD) within the Army Research Laboratory (APG), the supply of one (1) capillary differential scanning calorimeter (DSC) and related accessories that cover APG�s entire technical specifications is required. �������������������������������������������������������������������������� The Contractor shall supply the aforementioned, in accordance with section C.2 of this document. The Contractor shall include all parts, equipment, material, and delivery to the operating point of use C.2 Requirements C.2.1 The Contractor shall deliver a quantity of one (1) capillary differential scanning calorimeter (DSC) complete autosampler system with installation, training and related accessories.� The required lead time for delivery is no more than 14 weeks After Receipt of Order (ARO). The delivery location shall be APG, Aberdeen Proving Ground, Maryland 21005.� The required one (1) capillary differential scanning calorimeter (DSC) complete autosampler system with installation, training and related accessories shall meet the following salient characteristics:� � � The Contractor shall provide one (1) capillary differential scanning calorimeter (DSC) and related accessories in accordance with the following specifications: The capillary DSC shall have a minimum temperature range of 2�C � 130�C. The capillary DSC shall have a minimum scan rate range of 0.1 � 2�C/min. The capillary DSC shall have a capacity ranging between 100 � 350 mL. (microliter, 10^-6 L) The capillary DSC shall have a noble metal capillary (e.g. Pt) to reduce susceptibility to acids, bases, and enzyme or detergent cleaning protocols. The capillary DSC shall have the capacity to accommodate autosampling capability, taking samples from 96-well plates.� The system must have a capacity of at least two 96-well plates. Autosampler 96-well plates must be maintained from 4�C to ambient temperature. The capillary DSC shall have the ability to run cleaning subroutines between samples. The capillary DSC shall have a system response time of 5s or less. The capillary DSC shall have the capability to scan forward (heating) and backward (cooling). The capillary DSC shall have sensitivity sufficient to measure protein folding at 20 mg/L (ca. 6 ng/300 mL).� The capillary DSC shall be provided with the capability to degas/minimize dissolved gases in samples prepared in the 96-well plate format. ������������������� (vii) Delivery is required by 14 weeks after receipt of order (ARO).� Delivery shall be made to U.S. ARL APG, Aberdeen Proving Ground, MD 21005.� Acceptance shall be performed at U.S. ARL APG, Aberdeen Proving Ground, MD.� The FOB point is U.S. ARL APG, Aberdeen Proving Ground, MD.� ������������������� (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)� The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition.� The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:� The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors.� The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation.� The Technical element of the evaluation shall be based solely on information furnished by the vendor.� The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement.� If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications.� Past performance will not be evaluated.� The Contracting Officer determines that past performance need not be evaluated because the supplies being purchased are of a low complexity that past performance information would not make a substantial difference.� Price will be evaluated based on the total proposed price, including options, (if any). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. ������������������� (xi)� 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 ������������������� (xii)� 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 (NOV 2021) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022) (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 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 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 (NOV 2021) 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 252.203-7005 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) 252.225-7974 REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIM (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) ������������������� (xiii)� 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 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 (AUG 2020) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (NOV 2021) DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) FAR/DFARS Fill in Clauses 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (NOV 2021) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) � LOCAL CLAUSES ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOV INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERT. (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM � APG DFARS COMMERCIAL CLAUSES EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS ������������������� (xiv)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A.� ��������� (xv)� The following notes apply to this announcement:� In accordance with FAR 32.003, contract financing cannot be provided for this acquisition.� ������������������� (xvi)� Offers are due on 3 DAYS after Posting, via email to Contract Specialist, Douglas Dennard, (301) 394-3371, douglas.c.dennard.civ@army.mil. ������������������� (xvii)� For information regarding this solicitation, please contact Douglas Dennard, (301) 394-3371, douglas.c.dennard.civ@army.mil. Contracting Officer: �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7beae26ebb4b447fab95b2f03ab6a7fb/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN06472649-F 20220922/220920230125 (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.