THIS REQUIREMENT IS SOLICITED AS A 100% SMALL BUSINESS SET ASIDE
THIS REQUIREMENT IS SUBJECT TO THE AVAILABILITY OF FUNDS
1. The purpose of this solicitation is for the supply and delivery of two (2) Body composition tracking systems using
air displacement plethysmography for body composition analysis to be delivered to Fort Devens Reserve Forces
Training Area (RFTA) at 30 Quebec St, Devens, MA 01434. The contractor shall provide all plant, labor, personnel,
equipment, tools, materials, transportation, supervision, and other services necessary to supply and deliver new
Body composition tracking systems. All work shall be performed in accordance with (IAW) the specifications
provided in the Scope of Work (SOW).
2. The North American Industry Classification System (NAICS) Code that applies to the principal nature of the
acquisition is 339112 – Surgical and Medical Instrument Manufacturing, with a corresponding size standard of
1250 employees.
3. The Government intends to enter into a Firm Fixed Price (FFP) contract. This requirement shall be brand name or
equal. The delivery for this effort shall be 45 days from the date of the contract award.
4. The Offeror must be registered in the System for Award Management (SAM) in order to be eligible to receive
Department of Defense contract awards. If you need to register in SAM, please visit https://www.SAM.gov.
5. See Federal Acquisition Regulation (FAR) Clause 52.212-1 “Instructions to Offerors—Commercial Items”
and FAR 52.212-1, Addendum for additional information.
6. See FAR clause 52.212-2 “Evaluation—Commercial Items” and FAR 52.212-2 Addendum for additional
information and for evaluation criteria.
7. Site visits are not necessary but requests will be considered. All requests shall be submitted via e-mail to the
Contract Specialist; Nelia Shyshak at Nelia.Shyshak.civ@army.mil, and the Contracting Officer; Jasmyne Peterson
at Jasmyne.C.Peterson.civ@army.mil, no later than 4:00PM EST on MONDAY, 5 AUGUST 2024 for a tentative
Site Visit to be scheduled.
8. All questions regarding this solicitation shall be submitted via Email no later than 2:00 PM EST on
TUESDAY, 6 AUGUST 2024 to the Contract Specialist; Nelia Shyshak at Nelia.Shyshak.civ@army.mil and
the Contracting Officer: Jasmyne Peterson at Jasmyne.C.Peterson.civ@army.mil. The questions will be answered all
at once and uploaded ton the Contract Opportunities website at https://www.sam.gov posting after the question
period has ended
9. COMPLETING A QUOTE FOR SUBMITTAL:
a. Quotes are due no later than the date and time listed in Block 8 and shall be submitted via email to the
Contract Specialist at nelia.shyshak.civ@army.mil and the Contracting Officer
jasmyne.c.peterson.civ@army.mil.
b. The Offeror shall provide the name, title, address, email address and telephone number of the
company/division point of contact regarding business decisions made with respect to the proposal and who can
contractually obligate the company. In addition, the contractor shall sign and acknowledge any potential
resulting amendments to this solicitation. In doing so, the offeror accedes to the contract terms and conditions as
written in the Solicitation.
c. The Offeror shall submit a price for each FFP Contract Line Item Number (CLIN) on the Standard Form (SF)
1449 Continuation Sheets of the solicitation. The Government maintains a tax-exempt status. The proposed
price shall include all personnel, supplies, services, management, overhead, other direct costs, G&A, and profit
to fulfill the contractual requirements of the Scope of Work.
d. The Offerors shall submit a signed SF1449 (pg.1, Block 30a. Signature of Offeror/Contractor). The Offeror is
required to complete blocks 12, 17, 30a, 30b and 30c of the SF1449/ In doing so, the Offeror accedes to the
contract terms and conditions as written in the solicitation.
e. The Offerors shall provide their UEID Number, CAGE Code, Federal Tax Identification Number and any
small business preference or socioeconomic designations (8a Certified, HUBZone Certified, WOSB, etc.) that
are applicable to this NAICS Code stated at Block 10 of this SF 1449.
f. Pricing for each CLIN must be submitted in the proper format. The proper format consists of QUANTITY *
UNIT PRICE = AMOUNT/NET AMOUNT. In the event there is a discrepancy in the calculation, the UNIT
PRICE will be held to the intended price multiplied by the QUANTITY. If the Offeror shows only the
AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the AMOUNT/NET AMOUNT divided by the
QUANTITY will be held to be the intended price.
g. Offeror shall complete all “fill-ins” in provisions and clauses that apply and include with submission
response to this solicitation.
h. Failure to provide any applicable information required by this solicitation may result in the Offeror being
deemed non-responsive and ineligible for award.
10. All items to be delivered shall conform to the specifications as prescribed in the Scope of Work.
11. All offers shall remain valid for 120 calendar days.
12. Multiple proposals will not be accepted.
13. Attachment(s): Attachment 0001 – 24-Q-5154 - Devens, MA Technical Specifications