SOLICITATION NOTICE
66 -- Jess Automated Western Blot System
- Notice Date
- 8/1/2024 11:40:56 AM
- 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
- W911QX24Q0201
- Response Due
- 8/5/2024 8:59:00 AM
- Archive Date
- 08/20/2024
- Point of Contact
- Crystal L. Demby, Phone: 3013945332
- E-Mail Address
-
crystal.l.demby.civ@army.mil
(crystal.l.demby.civ@army.mil)
- Description
- 1.�� �Solicitation Number: W911QX-24-Q-0201 2.�� �Title: Sole Source � Protein Simple Jess Automated Western Blot System 3.�� �Classification Code: 6640 4.�� �NAICS Code: 334516 5.�� �Response Date: Five (5) business days after posting due via email to the Primary Point of Contact listed in the FedBizOpps.gov webpage for this combined synopsis-solicitation. 6.�� �Description: One (1) Protein Simple Jess Automated Western Blot System 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. 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). The name of the company the Government intends to award a contract to is Protein Simple located at 3001 Orchard Pkwy., San Jose, CA 95134-2017.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 This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05, dated 05.22.2024. For purposes of this acquisition, the associated NAICS code is 334516. The small business size standard is 1,000 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: Quantity one (1) Jess System (with PC) Part Number 0004-650 CLIN 0002: Quantity one (1) Jess Training Virtual and Onsite Part Number CTC-0002 CLIN 0003: Quantity one (1) Freight & Handling Jess Part Number F&H D/S Jess Specifications/Requirement: Not applicable to brand-name only purchases. Delivery: Delivery is required by 31 January 2025. Delivery shall be made to Logistics Warehouse, Building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at Aberdeen Proving Ground, MD 21005. The FOB point is Destination. Clauses: I. The provision at 52.212-1, Instructions to Offerors � Commercial, 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: Not Applicable III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. FAR 52.204-26 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: -52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018) -52.204-27, PROHIBITION ON A BYTEDANCE COVERED APPLICATION (JUN 2023) -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) -52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) -52.222-50, COMBATING TRAFFICKING IN PERSONS (NOV 2021) -52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) -52.226-8, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (MAY 2024) -52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION (OCT 2018) VI. 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 Provisions: -52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT 2018) -52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020) -52.204-20, PREDECESSOR OF OFFEROR (AUG 2020) -52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) -52.204-26, COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (OCT 2020) -52.252.-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) FAR/DFARS Clauses: -52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) -52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) -52.204-19, INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) - 52.232-39, UNEFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) -52.243-1, CHANGES�FIXED PRICE (AUG 1987) -52.247-34, F.O.B. DESTINATION (NOV 1991) -52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) -252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) -252.203-7002, REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) -252.204-7000, DISCLOSURE OF INFORMATION (OCT 2016) -252.204-7003, CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) -252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) -252.211-7003, ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022) -252.225-7048, EXPORT-CONTROLLED ITEMS (JUN 2013) -*252.225-7055, REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (MAY 2022) -252.225-7056, PROHIBITION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (JAN 2023) -*252.225-7059, PROHIBITION ON CERTAIN PROCUREMENTS FORM THE XINJIANG UYGHUR AUTONOMOUS REGION-REPRESENTATION (JUN 2023) -252.225-7060, PROHIBITION ON CERTAIN PROCUREMENTS FROM THE XINJIANG UYGHUR AUTONOMOUS REGION (JUN 2023) -252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) -252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) -252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) -252.243-7001, PRICING OF CONTRACT MODIFICATIONS (DEC 1991) Adelphi Local Instructions: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT *INTENT TO SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT GOV INSPECTION AND ACCEPTANCE TAX EXEMPTION CERT. (ARL) RECEIVING ROOM REQUIREMENT - APG DFARS COMMERCIAL CLAUSES *EXCEPTIONS IN PROPOSAL *AWARD OF CONTRACT *ADELPHI CONTR. DIVISION URL *PAYMENT TERMS VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as Not Applicable. VIII. 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. Place of Performance: Army Research Laboratory �� ��� ��� ��� � 6375 Johnson Road, Building 321 � � � � � � � � � � � � � � � � � � � �Aberdeen Proving Ground, MD 21005 Set Aside: Not Applicable �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/23269fed51df438f8f7ba0b6c6ae9268/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN07153620-F 20240803/240801230156 (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 |