NOTICE: INTENT TO SOLICIT BRAND NAME SOLE 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 Eppendorf North America, Inc. (CAGE Code: 13487, 175 Freshwater Blvd, Enfield CT 06082, U.S.) and their authorized resellers. 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 on June 11th 2025 through Federal Acquisition Circular 2025-04.
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 (Qty) two: (2) New Brunswick Innova 42R stackable, refrigerated incubator shakers to be shipped to Adelphi, Maryland via FOB Destination. Unit of Measure is Each.
Specifications/Requirement: * Please see the attached salient characteristics *
Delivery: Delivery is required thirty (30) days after the contract award (ACA). Delivery shall be made to Logistics Warehouse, 2800 Powder Mill Rd, Adelphi, MD 20783. Acceptance shall be performed at Logistics Warehouse, 2800 Powder Mill Rd, Adelphi, MD 20783. The FOB point is Destination.
Contact Information:
Contracting Officer: Zachary Dowling (zachary.a.dowling2.civ@army.mil)
Contract Specialist: Meghan Dumler (meghan.d.dumler.civ@army.mil)
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:
In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government’s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government’s minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance):
Price
Technical Capabilities/Specification
Past Performance
- Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. None
- 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:
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017)
52.204-7, System for Award Management (NOV 2024)
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020)
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)
52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020)
52.204-19, Incorporation by Reference of Representations and Certifications (DEC 2014)
52.204-20, Predecessor of Offeror (AUG 2020)
52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Entities (DEC 2023)
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 (JAN 2025)
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)
52.219-28, Post-award Small Business Program Representation (JAN 2025)
52.222-3, Convict Labor-Cooperation with Authorities and Remedies (JUN 2003)
52.222-19, Child Labor-Cooperation With Authorities And Remedies (FEB JAN) 2025
52.222-50, Combating Trafficking in Persons (NOV 2021)
52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021)
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications (JUN 2020)
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)
52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013)
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)
52.233-3, Protest after Award (AUG 1996)
52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)
52.247-34, F.o.b. Destination (JAN 1991)
DFARS:
252.203-7000, Requirements Relating to Compensation of Former DoD Officials SEP (2011)
252.203-7002, Requirement to Inform Employees of Whistleblower Rights DEC (2022)
252.203-7005, Representation Relating to Compensation of Former DoD Officials (SEP 2022)
252.204-7000, Disclosure of Information (OCT 2016)
252.204-7003, Control of Government Personnel Work Product (APR 1992)
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (OCT 2016)
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)
252.204-7019, Notice Of NIST SP 800-171 Dod Assessment Requirements (NOV 2023)
252.223-7008, Prohibition of Hexavalent Chromium (JAN 2023)
252.225-7000, Buy American Statute—Balance of Payments Program Certificate (FEB 2024)
252.225-7001, Buy American Act and Balance of Payments Program (FEB 2024)
252.225-7007, Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies (DEC 2018)
252.225-7012, Preference for Certain Domestic Commodities (APR 2022)
252.225-7013, Duty-Free Entry (NOV 2023)
252.225-7048, Export-Controlled Items (JUN 2013)
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)
252.232-7010, Levies on Contract Payment (DEC 2006)
252.244-7000, Subcontractors for Commercial Products or Commercial Services (NOV 2023)
252.246-7008, Sources of Electrical Parts (JAN 2023)
252.247-7023, Transportation of Supplies by Sea (OCT 2024)
252.243-7001, Pricing Of Contract Modifications (DEC 1991)
- 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):
Adelphi Local Clauses:
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)
PAYMENT INSTRUCTIONS
EXCEPTIONS IN PROPOSAL
AWARD OF CONTRACT
ADELPHI CONTR. DIVISION URL
FOREIGN NATIONALS PERFORMING
PAYMENT TERMS
Full Text Clauses:
52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
52.204-25, Prohibition On Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
52.204-26, Covered Telecommunications Equipment or Services—Representation (Oct 2020)
52.252-1, Provisions Incorporated by Reference (Feb 1998)
52.252-2, Clauses Incorporated by Reference (Feb 1998)
52.252-5, Authorized Deviations in Provisions (Nov 2020)
252.211-7003, Item Unique Identification and Valuation (Jan 2023)
252.232-7006, Wide Area Workflow Payment Instructions (Jan 2023)
- This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as Not Applicable.
- The following notes apply to this announcement:
In Accordance with FAR 32.003, contract financing cannot be provided for this acquisition
Place of Delivery: Logistics Warehouse, 2800 Powder Mill Rd, Adelphi, MD 20783.
Set Aside: 100% Small Business Set Aside