The US Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Coastal and Hydraulics Laboratory (CHL) has a requirement for a new laser diffraction particle size analyzer.
The Instrument must meet the following requirements:
This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6 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. This is a Request for Quotes (RFQ) and is 100% set aside for small businesses. The associated North American Industry Classification System (NAICS) code for the procurement is 334519 and the Small Business size standard is 500 employees.
The selected vendor will deliver the requirements to the ERDC Coastal and Hydraulics Laboratory (CHL), Vicksburg, Mississippi.
The delivery location is the Engineer Research & Development Center (ERDC), Coastal & Hydraulics Laboratory (CHL), ATTN: Dave Perkey, 3909 Halls Ferry Road, Vicksburg, MS 39180.
All interested vendors must be registered in the System for Award Management (SAM). You may register electronically at http://www.sam.gov.
In accordance with FAR clause 52.212-2, award shall be made to the responsible offeror whose quote is determined to be the Lowest Priced, Technically Acceptable. Quotes are due 27 April 2020 by 4:00 PM CST and shall be submitted by email to [email protected]. For information concerning this solicitation, contact Robyn Wells at the above email address.
The following clauses and provisions apply to this acquisition and are hereby incorporated by reference:
52.202-1 Definitions
52.204-7 System for Award Management;
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-99, System for Award Management Registration (Deviation)
52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.212-1 Instructions to Offerors Commercial Items (DEVIATION 2018-O0018)
52.212-2 Evaluation – Commercial Items
52.212-3 Offeror Representations and Certification Commercial Items;
52.212-4 Contract Terms and Conditions - Commercial Items;
52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders
52.219-1 Small Business Program Representations;
52.219-6 Notice of Total Small Business Set-Aside (Deviation 2019-O0003);
52.219-14, Limitations on Subcontracting
52.219-28, Post Award Small Business Program Rerepresentation
52.222-3, Convict Labor
52.222-19, Child Labor Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities (Feb 1999)
52.222-26, Equal Opportunity
52.222-35, Equal Opportunity Veterans
52.222-36, Affirmative Action for Workers with Disabilities
52.222-37, Employment Reports on Veterans
52.222-40, Notification of Employee Rights Under the National Labor Relation Act
52.222-50, Combating Trafficking in Persons
52.223-1, Biobased Product Certification
52.223-15 Energy Efficiency in Energy-Consuming Products;
52.223-16 Acquisition of EPEAT-Registered Personal Computer Products;
52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving;
52.225-1, Buy American—Supplies
52.225-13, Restrictions on Certain Foreign Purchases
52.232-1 Payments;
52.232-33, Payment by Electronic Funds Transfer--System for Award Management
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.243-1 Changes – Fixed Price;
52.252-2, Clauses Incorporated by Reference
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7003 Control of Government Personnel Work Product
252.211-7003, Item Unique Identification and Valuation
252.212-7000 Offeror Representations and Certifications--Commercial Items
252.225-7001 Buy American Act and Balance of Payments Program
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7010, Levies on Contract Payments
252.247-7023 Transportation of Supplies by Sea
252.247-7024 Notification of Transportation of Supplies by Sea
A completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items must be included with your quote.
It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil.
Interested parties must include, with their quote, their CAGE Code and a completed 52.212-3 Offeror Representations and Certification or state that the offeror has completed Offeror Representations and Certification. Product literature containing specifications for quote product shall be submitted as well.
Technical Inquiries and Questions
All technical inquiries and questions relating to this procurement are to be submitted to Robyn D. Wells via e-mail at [email protected]. Offerors are encouraged to submit questions at least 3 days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Offerors are requested to review the specifications in their entirety and review the FedBizOps website for answers to questions prior to submission of a new inquiry.
Notes to Offerors:
Quotes are due Monday, April 27, 2020, not later than 4:00 p.m. CST, to [email protected]. For information concerning this solicitation, contact Robyn D. Wells via e-mail at [email protected]. Oral communications are not acceptable in response to this notice. Please use the solicitation number referenced in the subject line. Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS) to existing ones.
Contracting Office Address:
USACE-ERDC
ATTN: CEERD-CT/Robyn D. Wells
3909 HALLS FERRY ROAD
VICKSBURG, MS 39180-6199
Place of Performance:
USACE-ERDC
ATTN: David Perkey, CEERD-HFR
3909 Halls Ferry Road
Vicksburg, MS 39180-6199