Federal Bid

Last Updated on 11 Apr 2024 at 11 AM
Combined Synopsis/Solicitation
Gunpowder Maryland

Digital mass flowmeters

Solicitation ID W91ZLK-23-Q-0054
Posted Date 11 Apr 2024 at 11 AM
Archive Date 11 Apr 2024 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W6qk Acc-Apg Dir
Agency Department Of Defense
Location Gunpowder Maryland United states 21010

The Army Contracting Command Aberdeen Proving Ground, MD Tenant Division requests a Firm Fixed Price (FFP) contract for the purchase of 71 (each) Mass Flowmeters and Qty 142 (Each) Fittings in accordance with attached Purchase Description dated 21 August 2023. 

This solicitation is 100% Small Business Set-Aside, The Associated North America Industry Classification Code (NAICS) is 334519 - Other Measuring and Controlling Device Manufacturing. Contractor shall provide a unit price for each of the items listed in the attached purchase description. The award will be based on the Lowest Price Technically Acceptable (LPTA) and the offer that meets or exceeds the purchase description.

Place of Contract Performance:

Defense Centers for Public Health - Aberdeen (DCPH-A), Logistics

8242 Blackhawk Road; Building E5165

Gunpowder, MD 21010

Requirement: 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 lowest price technically acceptable (LPTA) process described in FAR 15.101-2 will be used, meaning the award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards. The technical evaluation will be a determination based on information furnished by the Contractor and in accordance with the Purchase Description. 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. In order to be considered technically acceptable, Contractor responses must provide:

a. Information in enough detail to show that the Contractor is able to meet the requirements. Previous acquisitions, history, ability to fulfill requirement in addition to specifications and equipment in accordance with purchase description.

b. Point of contact name and contact information, company CAGE code, DUNS number, and TIN. Partial quotes will not be evaluated by the Government.

SUBMISSION PROCEDURES: All questions regarding this solicitation must be submitted to the Contract Specialist via email no later than 12 September 2023 10:00 AM. Eastern Time to [email protected].  Responses to this solicitation must be signed, dated, and received no later than 15 September 2023 10:00 AM. Eastern Time.

Responses must be sent by email directly to the Contract Specialist, Rob Rogers at [email protected]  and cc Contracting Officer, Rex Valdez, [email protected].

All quotations from responsible sources will be fully considered. Contractors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Contractors may register with SAM online for free at www.sam.gov. FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition. FAR 52.252-1 - Solicitation Provisions Incorporated by Reference

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: Acquisition.GOV | www.acquisition.gov

The following clauses and provisions are incorporated by reference:

FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I

FAR 52.204-7, System for Award Management

FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards

FAR 52.204-13, System for Award Management Maintenance

FAR 52.204–27, Prohibition on a ByteDance Covered Application

FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

FAR 52.212-1, Instructions to Offerors- Commercial Items

FAR 52.212-2, Evaluation- Commercial Items

FAR 52.212-3, Offeror Representations and Certifications - Commercial Items FAR

52.212-4, Contract Terms and Conditions - Commercial Items

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Items (Deviation 2013-O0019)

FAR 52.219-6, Notice of Total Small Business Set-Aside

FAR 52.219-8, Utilization of Small Business Concerns

FAR 52.219-13, Notice of Set-Aside of Orders

FAR 52.219-14, Limitations on Subcontracting

FAR 52.219-28, Post-Award Small Business Program Representation

FAR 52.222-3, Convict Labor

FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies

FAR 52.222-21, Prohibition of Segregated Facilities

FAR 52.222-26, Equal Opportunity

FAR 52.222-35, Equal Opportunity for Veterans

FAR 52.222-36, Affirmative Action for Workers with Disabilities

FAR 52.222-37, Employment Reports on Veterans

FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving

FAR 52.225-13, Restrictions on Certain Foreign Purchases

FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications

FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management

FAR 52.232-39, Unenforceability of Unauthorized Obligations

FAR 52.233-1, Disputes

FAR 52.233-4, Applicable Law for Breach of Contract Claim

FAR 52.239-1, Privacy or Security Safeguards

FAR 52.243-1, Changes- Fixed Prices

FAR 52.247-34, FOB- Destination

FAR 52.249-8, Default (Fixed-Price Supply and Service)

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights

DFARS 252.204-7003, Control of Government Personnel Work Product

DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information

DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors

DFARS 252-211-7003, Item Identification and Valuation

DFARS 252.216-7006, Ordering

DFARS 252.225-7012, Preference for Certain Domestic Commodities

DFARS 252.225-7048, Export-Controlled Items

DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports

DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions

DFARS 252.232-7010, Levies on Contract Payments

DFARS 252.243-7002, Requests for Equitable Adjustment

DFARS 252.243-7001, Pricing of Contract Modifications

DFARS 252.244-7000, Subcontracts for Commercial Items

DFARS 252.247-7023, Transportation of Supplies by Sea

EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST PROGRAM (AUG 2012)

For questions concerning this solicitation, contact Rob Rogers, Contract Specialist, at [email protected]

TELEPHONE REQUESTS WILL NOT BE HONORED.

Bid Protests Not Available

Similar Past Bids

Gunpowder Maryland 11 Apr 2024 at 11 AM
Gunpowder Maryland 11 Apr 2024 at 11 AM
Gunpowder Maryland 06 Sep 2023 at 6 PM
Gunpowder Maryland 13 Aug 2020 at 5 PM
Location Unknown 10 Mar 2010 at 11 PM