Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 04, 2024 SAM #8286
SOLICITATION NOTICE

66 -- SMALL BUSINESS SET-ASIDE FOR SOLE SOURCE: one (1) Elemental Analyzer (EA), including components

Notice Date
8/2/2024 11:10:28 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX24Q0220
 
Response Due
8/9/2024 8:59:00 AM
 
Archive Date
08/24/2024
 
Point of Contact
Nicole G. Hernandez
 
E-Mail Address
nicole.g.hernandez2.civ@army.mil
(nicole.g.hernandez2.civ@army.mil)
 
Description
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): �Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements�. The name of the company the Government intends to award a contract to is Elementar Americas Inc., 119 Comac Street, Ronkonkoma, NY 11779-6931. 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. For purposes of this acquisition, the associated NAICS code is 334515.� 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): 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) elemental analyzer including components CLIN 0002: Delivery Aberdeen Providing Ground (APG), MD 21005 CLIN 0003: 2-year preventive maintenance and repair service. Specifications/Requirement: The system as delivered shall be capable of determining carbon, hydrogen and nitrogen (CHN) in organic materials. The system shall be configurable to also analyze oxygen (O), and carbon, hydrogen, nitrogen and sulfur (CHNS). The system shall have separate combustion and reduction tubes not to be combined into a single tube. The furnace shall be capable of operating at or above a temperature of 1200 �C. The system shall allow independent control of combustion and reduction tube temperatures. The system shall use a temperature programmed desorption (TPD) column, which traps and holds gases until the appropriate temperature is achieved for complete baseline separation of evolved gases. The system shall include an autosampler with a minimum of 50 sample holders. The system shall include at least one (1) electronic controller and all necessary software for data collection and analysis. The system shall include all items necessary for installation and operation, including expendible components sufficient for 4000 CHN analyses. The systems shall include standard materials for CHN analysis. The system shall be configured for operation with both argon and helium carrier gases. The system shall come with an additional 2-year preventive maintenance and repair service. The contractor shall deliver the system to Aberdeen Providing Ground (APG), MD 21005, FOB Destination preferred. Delivery: Delivery is required 12 weeks after�Receipt of Order (ARO). Delivery shall be made to U.S. Army Research Laboratory, Aberdeen Proving Ground, Logistics Warehouse, Building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005. Acceptance�shall be performed at�Delivery. The FOB point is�Destination.� Clauses: 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. Evaluation Criteria - The specific evaluation criteria to be used are as follows:� N/A, See Notice of Intent to Sole Source above. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. N/A 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� 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 (JUN 2020) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) 52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023) 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.219-28 Post-Award Small Business Program Representation (MAR 2023) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor�Cooperation with Authorities and Remedies (NOV 2023) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50 Combating Trafficking in Persons (NOV 2021) 52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment�Requirements (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) 52.232-33 Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) 52.232-36 Payment by Third Party (MAY 2014) DFARS: 252.203-7005 Representation Relating to Compensation of Former DoD Officials (SEP 2022) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023) 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation (Dec 2019) 252.204-7017 Prohibition On the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (May 2021) 252.204-7018 Prohibition On the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2023) 252.223-7008 Prohibition of Hexavalent Chromium (JAN 2023) 252.225-7000 Buy American--Balance of Payments Program Certificate�Basic (FEB2024) 252.225-7001 Buy American and Balance of Payments Program�Basic (FEB 2024) 252.225-7007 Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies (DEC 2018) 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) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (JAN 2023) 252.244-7000 Subcontracts for Commercial Products or Commercial Services (NOV 2023) 252.246-7008 Sources of Electronic Parts (JAN 2023) 252.247-7023 Transportation of Supplies by Sea�Basic (JAN 2023) 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): 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) 52.204-17 Ownership or Control of Offeror (AUG 2020) 52.204-20 Predecessor of Offeror (AUG 2020) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) 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) 52.207-4 Economic Purchase Quantity�Supplies (AUG 1987) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation (NOV 2015) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 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 Right (DEC 2022) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (JAN 2023) 252.204-7024 Notice on the use of the Supplier Performance Risk System (MAR 2023) 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (MAY 2020) (DEVIATION 2020-O0015) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation (MAY 2020) (DEVIATION 2020-O0015) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006 Wide Area WorkFlow Payment Instructions (JAN 2023) Local Clauses: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT GOV INSPECTION AND ACCEPTANCE 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 AVAILABILITY OF FUNDS This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A The following notes apply to this announcement:� N/A Place of Performance: Building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005 Offers are due five (5) Business Days after posting by 11:59AM EST to Contract Specialist, Nicole Hernandez at nicole.g.hernandez2.civ@army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e1d8154f70fc439fb041803a92bf1694/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN07155058-F 20240804/240802230122 (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.