This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in 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. Quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-05 effective 3 May 2021. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13 Simplified Procedures for Commercial Items. This requirement is being solicited as a Total Set-aside to Small Business Concerns represented by NAICS Code 334516 (Analytical Laboratory Instrument Manufacturing). The Government contemplates an award of a Firm-Fixed Price (FFP) type contract, and will be evaluated on the basis of Lowest Priced Technically Acceptable (LPTA); Lowest Priced offer, that meets all the requirement listed in the Statement of Work (SOW ).
The synopsis/solicitation number is W91ZLK-21-Q-0061 for the purchase of:
Requirements/Specification
The supplier will provide at minimum the following:
a. FTIR Gas Anaylzer
b. Pressure measurement for sample cell
c. Portable Sampling System (PSS)
d. Interfacing software
e. Heated stainless steel filter element for PSS
f. Heated transfer line from PSS to analyzer
g. Standard 1 year warranty
h. Operations & Maintenance manual
i. Price includes delivery to site
Equipment
Gasmet Model DX4000 FTIR Gas Analyzer
Pressure measurement for sample cell
Calcmet™ - Pro software extension
Portable sampling system (PSS):
Heated stainless steel filter element
Heated line
Product Code
DX-4000
GAS-OPT-406 GAS-SW-510
SAM-SYS-002
SAM-FIL-009 LIN-1M-115IN
Description
Giccor interferometer with 8 cm-1 resolution
• Peltier cooled MCT detector
• Optical path length 9.8m, gas cell (volume 0.4
liters), temperature controlled at 180 C
• Gas cell fittings - ¼” Swagelok® inlet & outlet
• Calcmet™ Software (Vers. 12.xx)
• Serial to PC Connect cable
• 115 VAC Power Supply
• Operations & Maintenance manual
• Price includes delivery to site
• Provides additional features as detailed in Gasmet document : Calcmet STD & PRO Software
Technical Data
• Temperature controlled pump (180°C)
• Flow rate ~ 4 liters/minute
• Automatic zero/sample gas valve
• Temperature controllers for 2 heated lines (gas inlet & outlet)
• Particle filter (micromesh)
• Total length of heated lines must not exceed
33ft (10m)
• 115 VAC power supply
• Integral Oxygen sensor 0 – 25% (v/v)
• 0,1 μm (for use with Gasmet PSS)
• 1m, 115V, 1/4'', with plug.
• Connects between DX4000 & PSS.
For Specific information please refer to the attached Statement of Work.
Proposals shall be submitted in two (2) separate volumes:
Volume I: PRICE Proposal: Please submit detailed price proposal in accordance with the Statement of Work. The Price proposal shall clearly identify the firm fixed price unit prices. Offeror's cost/price proposals will be evaluated based on the applicable criteria in FAR 15.404-1. Offerors are encouraged to submit any other price or financial information that may be helpful in the understanding and evaluation of the Price Proposal; however, superfluous or elaborate documents are discouraged. Partial quotes will not be evaluated.
Volume II: TECHNICAL Proposal: Technical acceptability will be based on a proposal that meets all the requirements stated in the Statement of Work (SOW). Technical proposal shall be rated as Acceptable, or Unacceptable. To receive consideration for award, Contractor shall achieve technically acceptable rating on all requirements listed in the SOW.
Award without Discussions: In accordance with FAR 52.212-l (g), the Government intends to evaluate proposals and award a contract without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror's initial proposal shall contain the Offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.
Determination of Responsibility: In accordance with FAR 9.103, contracts will be placed only with Contractors that the Contracting Officer determines to be responsible. In order for Prospective offerors, to qualify as sources for this acquisition, offerors must be able to demonstrate that they meet standards of responsibility set forth in FAR 9.104. No award shall be made to an Offeror who has been determined non-responsible by the Contracting Officer.
EVALUATION & BASIS FOR AWARD:
Basis for Award:
The Government intends to award one Firm-Fixed Price (FFP) contract to the Lowest Priced,
Technically Acceptable (LPTA) proposal, in accordance with FAR 15.101-2. To receive
consideration for award, a rating of “Acceptable” must be achieved for each of the Technical factors.
Rejection of Offers: In accordance with FAR 52.212-1 (g) The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Examples include, but are not limited to, the following:
- Offers that provide only a statement indicating its capability to comply with the RFP terms without support and elaboration as specified in volume instructions stated in this combined synopsis/solicitation; or
- Offers that reflect an inherent lack of technical competence or a failure to comprehend the complexity and risks required to perform the requirements. This may include submission of a proposal which is abnormally high or low in Price (unbalanced pricing) or unattainable in terms of technical or schedule commitments: or
- Offers that do not meet all the stated material requirements of this combined synopsis/solicitation; or
- Offers that propose exceptions to the attachments, exhibits, enclosures, or other combined synopsis/solicitation terms and conditions.
-
- The provision at FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition.
- The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposal.
-
- The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions.
-
- By submitting a quote the Contractor agrees to the notations identified in the Statement of Work.
- All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM), https://beta.sam.gov/ database prior to award will not be considered. Vendors may register with SAM online at the website link provided.
- The Government reserves the right to cancel the referenced solicitation if deemed to be in its best interest.
Delivery: TBD
Place of Delivery: Attn: Nicole Rippeon/Darren Emge
U.S. Army, Edgewood Chemical Biological Center RDCB-DRC
8510 Ricketts Point Road
BLDG E3400
Gunpowder, MD 21010
410-436-7291
For questions concerning this solicitation, contact Tien Nguyen, Contract Specialist, via- mail at tien.q.nguyen.civ@mail.mil questions must be received by September 01, 2021 at 1:00 p.m. Eastern Time.
All quotations must be signed, dated, and submitted via email to tien.q.nguyen.civ@mail.mil by September 02, 2021 at 4:00 p.m. Eastern Time.
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://farsite.hill.af.mil
The following clauses and provisions are incorporated by reference:
52.203-7 Anti-Kickback Procedures JUN 2020
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. JUL 2018
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. OCT 2020
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. AUG 2020
52.204-26 Covered Telecommunications Equipment or Services-representation. OCT 2020
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation NOV 2015
52.219-1 Alt I Small Business Program Representations (NOV 2020) Alternate I SEP 2015
52.219-28 Alt I Post-Award Small Business Program Rerepresentation (NOV 2020) SEP 2015 2020 Alternate I
52.219-33 (Dev) Nonmanufacturer Rule (DEVIATION 2020-O0008) MAR 2020
52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products. FEB 2021
2.222-50 Combating Trafficking in Persons OCT 2020
52.222-54 Employment Eligibility Verification. OCT 2015
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving. JUN 2020
52.225-13 Restrictions on Certain Foreign Purchases FEB 2021
52.225-18 Place of Manufacture AUG 2018
52.226-1 Utilization Of Indian Organizations And Indian-Owned Economic Enterprises. JUN 2000
52.232-34 Payment By Electronic Funds Transfer--Other Than System for Award Management JUL 2013
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.244-6 Subcontracts for Commercial Items NOV 2020
52.252-1 Solicitation Provisions 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
252.204-7003 Control Of Government Personnel Work Product APR 1992
252.204-7006 Billing Instructions OCT 2005
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 DEC 2019
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2021
252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor ofTerrorism MAY 2019
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018
252.232-7006 Wide Area WorkFlow Payment Instructions DEC 2018
252.244-7000 Subcontracts for Commercial Items JAN 2021
252.247-7023 Transportation of Supplies by Sea FEB 2019