Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2024 SAM #8410
SOLICITATION NOTICE

68 -- Pure Methane - 12C, 99.99% gas

Notice Date
12/4/2024 12:54:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
221210 — Natural Gas Distribution
 
Contracting Office
NAVAL RESEARCH LABORATORY WASHINGTON DC 20375-5328 USA
 
ZIP Code
20375-5328
 
Solicitation Number
N0017325Q-1301182913
 
Response Due
12/9/2024 4:00:00 AM
 
Archive Date
12/09/2024
 
Point of Contact
Teigh Cheyney, Phone: 2028750000
 
E-Mail Address
tahesha.cheyney@nrl.navy.mil
(tahesha.cheyney@nrl.navy.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, ""Streamlined Procedures for Evaluation and Solicitation for Commercial Items,"" as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-07 Effective: September 30, 2024 This is a full and open competitive announcement in accordance with 19.502-2 (a) on a Firm-Firm Fixed-Price (FFP) basis. The associated North American Industrial Classification System (NAICS) code for this procurement is 221210, with a small business size standard of 1150, the associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is 6830. The Naval Research Laboratory (NRL), located in Washington, DC, is seeking to purchase the following: IC 2775 Methane-12C@ 99.99atom % (N2 1ppm) 300+Iiters 300+Iiters. This specialized gas, Methane - 12C, is 99.99% pure to be used for the growth of isotopically pure SiC epitaxial layers for quantum research. THIS IS A WORK STOPPAGE Supplies: BRAND NAME OR EQUAL. Items must be brand name or equal in accordance with FAR 52.211-6. Delivery Address: U.S. Naval Research Laboratory 4555 Overlook Avenue, SW Bldg. 49 � Shipping/Receiving Code 3400 Washington, DC 20375 **FOB DESTINATION IS THE PREFERRED METHOD** Estimated Delivery Time: __________________ For FOB ORGIN, please provide the following information: FOB Shipping Point: _______________________ Estimated Shipping Charge: _________________ Dimensions of Package(s): ____________________ Shipping Weight: __________________________ SUBMISSION INSTRUCTIONS & QUOTATION CONTENTS The contractor may provide a quotation as long as it meets the Government�s minimum solicited technical standards of this Request for Quotations and the item list. Quotations shall comply with or clearly state, at a minimum, the following information: (1) Open Market or GSA Federal Supply Schedule (FSS) pricing. Quotations should state �open market� or should reference the applicable GSA/FSS number. (2) Expiration date of quoted and submitted prices. (3) Contractor�s Federal Tax I.D., CAGE code, and DUNS number. (4) Payment Terms will be Net 30 unless stated differently on the quote. (5) If available, please include your company�s published price list. (6) Include estimated shipping and handling if applicable. (7) Manufacturer�s Name, and Country of Origin GOVERNMENT POINT OF CONTACT Purchasing Agent Name: Teigh Cheyney Email: tahesha.c.cheyney.civ@us.navy.mil Please reference this combined synopsis/solicitation number on your correspondence and in the ""Subject"" line of your email. ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Award may be made without discussions or negotiations; therefore, prospective contractors should have an active registration in the System for Award Management (SAM) database (www.sam.gov) in accordance with Federal Acquisition Regulation (FAR) Part 4.1102 and Part 52.204-7 when submitting a response to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable - Offers will be ranked lowest to highest according to price. A price analysis will be conducted to determine whether the lowest price will result from a single award or multiple awards. Based on the price analysis, the lowest price offer or multiple offers, will be forwarded to the requiring activity for technical evaluation (offer(s), in accordance with the specifications, will be deemed either technically acceptable or technically unacceptable). If the lowest price offer or offers is found technically acceptable and the pricing determined fair and reasonable by the Contracting Officer, evaluation will be deemed complete and award will be made based on the lowest price offer(s). If the lowest price offer is determined technically unacceptable, another analysis will be conducted amongst the remaining offers to determine if a single or multiple awards will provide the lowest price. The lowest price offer(s) will be sent for technical evaluation. This process is repeated in order of price until an offer or combination of offers is deemed technically acceptable and price is determined fair and reasonable. Terms and Conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Exceptions. Bidder shall list exception(s) and rationale for the exception(s). Submission shall be received not later than the response date listed above. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail. The full text of FAR & DFARS provisions and clauses may be accessed electronically at https://www.acquisition.gov. The clauses and provisions identified below are to be considered the most up-to-date version, as accessible at https://www.acquisition.gov/. 52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements�Representation 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7, System for Award Management 52.204-16, Commercial and Government Entity Code Reporting 52.204-17, Ownership or Control of Offeror 52.204-20, Predecessor of Offeror 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment � Attached below to be completed and returned with Quote/Proposal. 52.204-26, Covered Telecommunication Equipment or Services � Representation 52.204-27, Prohibition on a ByteDance Covered Application 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services 52.212-3, Offerors Representations and Certifications-Commercial Products and Commercial Services 52.217-5, Evaluation of Options 52.219-1, Small Business Program Representations 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation 52.225-18, Place of Manufacture 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications 52.237-1, Site Visit 52.252-1, Solicitation Provisions Incorporated by Reference NRL also includes the following provisions that must be completed and returned by the offeror: 1. FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations- Representation. 2. FAR 52.222-22, Previous Contracts and Compliance Reports 3. FAR 52.222-25, Affirmative Action Compliance Offerors must complete annual representations and certifications on-line at https://www.sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications-Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. The following contract FAR CLAUSES apply to this acquisition, unless not applicable by their terms, in which case shall be considered self-deleting. Any FAR clause erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation and any resultant contract: 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services 52.203-3, Gratuities 52.203-12, Limitation of Payments to Influence Certain Federal Transactions 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment � Attached below to be completed and returned with Quote/Proposal. 52.204-26, Covered Telecommunication Equipment or Services � Representation 52.204-27, Prohibition on a ByteDance Covered Application 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract 52.219-28, Post-Award Small Business Program Representation 52.232-1, Payments 52.232-8, Discounts for Prompt Payment 52.232-11, Extras 52.232-23, Assignment of Claims 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-1, Disputes 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.243-1, Changes-Fixed-Price 52.247-34, F.O.B Destination 52.249-1, Termination for Convenience of the Government (Fixed Price)(Short Form) 52.249-4, Termination for Convenience of the Government (Services)(Short Form) 52.252-2, Clauses Incorporated By Reference 2. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Products and Commercial Services The following subparagraphs of FAR 52.212-5 are applicable, unless otherwise not applicable by their terms, in which case shall be considered self-deleting: 52.204-10 52.209-6 52.219-6 52.219-28 52.219-33 52.222-3 52.222-19 52.222-20 52.222-21 52.222-26 52.222-36 52.222-50 52.223-18 52.225-13 52.232-33 3. DFARS 212.301 - Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Products and Commercial Services DoD Class Deviation 2018-O0021, Commercial Item Omnibus Clause for Acquisitions Using the Standard Procurement System, issued October 1, 2018 (Revised October 1, 2018): DoD Class Deviation 2018-O0021 The following solicitation DFARS PROVISIONS apply to this acquisition, unless not applicable by their terms, in which case shall be considered self-deleting. Any DFARS Provisions erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation: 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7016, Covered Defense Telecommunications Equipment or Services � Representation 252.204-7017, Prohibition on The Acquisition Of Covered Defense Telecommunications Equipment Or Services�Representation 252.215-7007, Notice of Intent to Resolicit The following solicitation DFARS CLAUSES apply to this acquisition, unless not applicable by their terms, in which case shall be considered self-deleting. Any DFARS clause erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation and any resultant contract: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.211-7003, Item Unique Identification and Valuation 252.211-7008, Use of Government-Assigned Serial Numbers 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7013, Duty-Free Entry 252.227-7015, Technical Data - Commercial Products and Commercial Services 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area WorkFlow Payment Instructions 252.232-7010, Levies on Contract Payments 252.239-7010, Cloud Computing Services 252.239-7018, Supply Chain Risk 252.244-7000, Subcontracts for Commercial Products or Commercial Services 252.246-7003, Notification of Potential Safety Issues 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9b04e542c3c14846af116423040ae2bc/view)
 
Place of Performance
Address: Washington, DC 20375, USA
Zip Code: 20375
Country: USA
 
Record
SN07281647-F 20241206/241204230113 (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.