Federal Bid

Last Updated on 07 Mar 2018 at 9 AM
Combined Synopsis/Solicitation
Hyattsville Maryland

SMALL BUSINESS SET-ASIDE FOR GLOVEBOX – GAS PURIFICATION

Solicitation ID W911QX-18-T-0128
Posted Date 14 Feb 2018 at 12 AM
Archive Date 07 Mar 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Hyattsville Maryland United states 20783
Disclaimer: 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; proposals are being requested and a written solicitation will not be issued.

NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED:

THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE COMPETITIVE IN TERMS OF MARKET PRICES, QUALITY, AND DELIVERY. IF ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING OFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE FIRST, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET.

This acquisition is issued as a Request for Quote (RFQ).

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97.

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):

Specifications/Requirement:

The Contractor shall provide one (1) Glovebox with gas purification of < 1 part per million (ppm) oxygen and moisture with automatic pressure control and pump, for work under a controlled atmosphere that meets the following characteristics:

• One sided, heavy duty glovebox with sturdy, freestanding base with working volume of between 850 - 950 liters. Steel construction, body construction with polycarbonate window, and a leak rate of <0.05% Vol%/h. Base height shall be adjustable around 39 inch. Shall include internal lighting. Shall include a electrical feedthrough for 115V single phase power. Shall include flanges for installation of feedthroughs, four+ (4+) of DN40 type. Shall include filters on the gas inlet and outlet to prevent particle contamination and control of volatile organic compounds.

• Piping shall be stainless steel.

• Polycarbonate window shall have two (2) gloveport feedthroughs, 220 mm diameter, with butyl 0.4 mm thick gloves, size large. The window shall have mounting point for a stereo-zoom microscope.

• <1 ppm oxygen and moisture with a gas purifier system, working gases shall be Nitrogen (N2), Argon (Ar), or Helium (He). Circulation blower (with up to 20-25 m3/h rate). Single column filter, with 20 liters Oxygen and 900 g water capacity. The filter shall be controlled with a control panel for automatic operation.

• O2 analyzer with measuring range (0 - 1000 ppm) and H2O analyzer with measuring range (0 - 500 ppm).

• Large antechamber (600 mm long by 390 mm cylinder diameter) with sliding tray and small antechamber (400 mm long by 150 mm cylinder diameter) for various scale applications

• Foot pedal switch to adjust glovebox pressure

• Rotary vane pump for vacuum with up to 10 CFM flow rate

• Microscope with magnification range up to 40x and a working distance between 80 to 110 mm and field of view at maximum zoom of 5+mm. Microscope shall include fiber optic light source that shall be positionable. Shall include a focusing stand for use in the glovebox.

• Sturdy integrated shelving for sample storage shall be height adjustable.

• Refrigerator/freezer with temperatures between -35 oC to 10 oC for storage of samples Volume 15-20 liters.

• Internal glove port cover


Delivery: Delivery is required ninety (90) days After Receipt of Order (ARO). Delivery shall be made to Army Research Laboratory (ARL), Aberdeen Proving Ground (APG), Maryland 21005. Acceptance shall be performed at APG, MD. The FOB point is Destination.

Clauses:

I. 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.

II. 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

III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.

IV. 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.

V. 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:

52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013)
52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013)
52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011)
52.219-13 NOTICE OF SET-ASIDE OF ORDERS
52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013)
52.222-3 CONVICT LABOR (JUN 2003)
52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014)
52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999)
52.222-26 EQUAL OPPORTUNITY (MAR 2007)
52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)
52.222-50 COMBATING TRAFFICKING IN PERSONS (FAR 2015)
52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)
52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)
52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013)
52.232-36 PAYMENT BY THIRD PARTY (MAY 2014)


VI. 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):

52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015)
52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015)
52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)
252.204-7000 DISCLOSURE OF INFORMATION
252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (SEP 2015)
252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS
252.204-0009 CONTRACT-WIDE: BY FISCAL YEAR
252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2013)
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE
52.252-2 CLAUSES INCORPORATED BY REFERENCE

ACC - APG POINT OF CONTACT
TECHNICAL POINT OF CONTACT
TYPE OF CONTRACT
GOV INSPECTION AND ACCEPTANCE
TAX EXEMPTION CERT. (ARL)
RECEIVING ROOM - APG
DFARS COMMERCIAL CLAUSES
EXCEPTIONS IN PROPOSAL
AWARD OF CONTRACT
ADELPHI CONTR. DIVISION URL
FOREIGN NATIONALS PERFORMING
PAYMENT TERMS


VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A

VIII. The following notes apply to this announcement: Offers shall be in U.S. dollars and valid through the time of payment (30 days after invoicing).

Bid Protests Not Available

Similar Past Bids

Usaf academy Colorado 02 Apr 2018 at 9 PM
Texas 16 Dec 2021 at 5 AM
Location Unknown 10 Jul 2017 at 11 AM
Washington District of columbia 04 Dec 2020 at 4 PM

Similar Opportunities

Baltimore Maryland 11 Jul 2025 at 4 PM
Richmond Virginia 11 Jul 2025 at 5 PM
Colorado 06 Aug 2025 at 4 AM (estimated)
Colorado 06 Aug 2025 at 4 AM (estimated)