This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-83 (3 September 2015). The solicitation number for this requirement is W91ZLK-15-T-0315.
This requirement is a TOTAL SMALL BUSINESS SET-ASIDE. The applicable North American Industry Classification System (NAICS) Code is 334516 - Analytical Laboratory Instrument Manufacturing, size standard 500. The Government contemplates award of a Firm-Fixed Price contract. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5, Test Program for Certain Commercial Items. Proposals shall be evaluated using the Lowest Price Technically Acceptable (LPTA) source selection process. FOB: Destination. Ship to address: 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010.
Edgewood Chemical Biological Center (ECBC) has a requirement for ONE of each of the following Gerstel Multipurpose Autosampler and associated components:
1) GER 015764-090-02 Gerstel ATEX-TDU Primary Unit
2) GER 015764-090-02 Gerstel ATEX-TDU Cooling Option
3) GER GI MPS Kit
4) GER GI GC Kit
5) GER GS 1600-03 Installation
6) GER GS 1900-03 Shipping
7) GER 012892-200-02 Tube Conditioner
8) GER 014496-010-00 TD Tubes Adapter
See attachment1 Product Specifications for complete details on each component.
Instructions for Offerors: Please see the attached Instructions of Offerors for further details on proposal requirements. Partial quotes will not be evaluated by the Government. Award will be made to the acceptable offeror with the lowest evaluated price, which is deemed responsible in accordance with the FAR and whose proposal conforms to the solicitation requirements.
The following provisions and clauses will be incorporated by reference:
•52.204-7 System for Award Management
•52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013).
•52.204-13 System for Award Management Maintenance
•52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - - Representation
•52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (AUG 2013)
•52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
•52.212-1 Instruction to Offerors Commercial Items
•52.212-2, Evaluation Commercial Items
The contractor will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor. 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.
•52.212-3 Offerors Representations and Certifications Commercial Items
An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision.
•52.212-4 Contract Terms and Conditions Commercial Items.
•52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. (DEVIATION 2013-00019).
•52.219-1 Alt. 1, Small Business Program Representation
•52.219-6, Notice of Total Small Business Set-Aside
•52.219-28, Post Award Small Business Program Re-representation (JUL 2013).
•52.222-3, Convict Labor (June 2003).
•52.222-19, Child Labor-cooperation with Authorities and Remedies
•52.222-21 Prohibition of Segregated Facilities
•52.222-22 Previous Contracts and Compliance Reports
•52.222-26 Equal Opportunity
•52.222-50 Combating Trafficking in Persons
•52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
•52.225-13 Restrictions on Certain Foreign Purchase
•52.225-25 Prohibition on Contracting with entities engaging in certain activities or transactions relating to Iran - Representations and Certifications
•52.232-33, Payment by Electronic Funds Transfer- System for Award Management (JUL 2013).
•52.232-39 Unenforceability of Unauthorized Payments
•52.232-40 Providing Accelerated Payments to Small Business Subcontractors
•52.233-1 Disputes
•52.233-3 Protest after Award
•52.233-4 Applicable Law for Breach of Contract Claim
•52.237-1 Site visit
•52.243-1 Alternate I Changes - Fixed Price
•52.247-34 F.o.b. Destination
•52.252-1 Solicitation Provisions Incorporated by reference
•52.252-5 Authorized Deviations in provisions
The following additional DFAR clauses cited in the clause are applicable:
•252.212-7000, Offeror Representations and Certifications Commercial Items
•252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007)
•252.203-3 Gratuities
•252.203-7000 Requirements Relating to Compensation of Former DoD Officials
•252.203-7003 Agency Office of the Inspector General
•252.211-7003 Item Identification and Valuation
•252.225-7001 Buy America and Balance of Payment Program
•252.225-7008 Restriction on Acquisition of Specialty Metals
•252.225-7009 Restriction on Acquisition of Certain Article Containing Specialty Metals
•252.225-7012 Preference for Certain Domestic Commodities
•252.225-7015 Restriction on Acquisition of Hand or Measuring Tools
•252.225-7016 Restriction on Acquisition of Ball and Roller Bearings
•252.225-7021 Trade Agreements
•252.225-7036 Buy American Act-Free Trade Agreements Balance of Payments Program
•252.227-7015 Technical Data-Commercial Items
•252.227-7037 Validation of Restrictive Markings on Technical Data if applicable
•252.225-7038 Restriction on Acquisition of Air Circuit Breakers
•252.232-7003 Electronic Submission of Payment Requests
•252-247-7023 Transportation of Supplies by Sea
•252-247-7024 Notification of 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.
The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil.
AMC-LEVEL PROTEST (NOV 2008)
If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution.
Headquarters U.S. Army Materiel Command
Office of Command Counsel-Deputy Command Counsel 4400 Martin Road
Rm: A6SE040.001
Redstone Arsenal, AL 35898-5000
Phone: (256) 450-8165
Fax: (256) 450-8840
E-mail: [email protected]
The AMC-Level Protest Procedures are accessible via the Internet at:
www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures.
SUBMISSION PROCEDURES:
ALL QUESTIONS MUST BE SUBMITTED no later than 10:00 A.M. EST, 21 September 2015. Please submit questions to SSG Surla, Justino R. via email at [email protected].
ALL Firm Fixed Price (FFP) Proposals must be signed, dated, and received by 10:00 A.M. EST, 23 September 2015 via email to SSG Surla, Justino R., at the following email: [email protected] (preferred method) or via U.S. mail to the following address: U.S. Army Contracting Command, Aberdeen Proving Ground, Tenant Contracting Division, Attention: CCRD-AI-IC, 6001 Combat Drive, 2nd Floor, Room C2-101, Aberdeen Proving Ground, MD 21005-1846.
All quotations from responsible sources will be considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov.
For questions concerning this solicitation contact SSG Surla, Justino R. via email at [email protected]
NO TELEPHONE REQUESTS WILL BE HONORED.