1. Class Code: 66
2. NAICS Code: 334516
3. Subject: Two (2) Benchtop Sterilizer compatible with existing Tuttnaeur equipment and adapters
4. Solicitation Number: W911QX19Q00250001.
5. Set-Aside Code: N/A
6. Response Date: Five (5) Days after Posting
7. Place of Delivery/Performance:
U.S. Army Research Laboratory
Aberdeen Proving Grounds, MD 21005
8.
(i) 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: The United States Government intends to solicit and negotiate with only one Brand Name source under the authority of FAR 13.106-1(b)(1)(i), "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements" based on compatibility with existing Government-owned equipment. The Government intends to solicit and negotiate with Tuttnauer U.S.A. CO., LTD, 25 Power Dr, Hauppauge, NY, 11788-4229 or their authorized resellers for Tuttnaer equipment.
This notice of intent is not a request for competitive proposals. However, any responsible source who believes it is capable of meeting the requirement may submit a capability statement, proposal, or quotation, which shall be considered by the agency, only if received by the closing date and time of this notice. A determination not to compete the proposed requirement based upon the responses to this notice is solely within the discretion of the Government.
NOTE: The Small Business Set-Aside has been dissolved for this solicitation as of Amendment 0001. In addition, the requirements have been updated for clarity.
(ii) The solicitation number is W911QX19Q0025. This acquisition is issued as a request for quotation (RFQ)
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 effective 22 Jan 2019.
(iv) The associated NAICS code is 334516. The small business size standard is 1,000 Employees
(v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):
CLIN 1: Two (2) ea. Benchtop Sterilizer with support items
CLIN 2: Shipping to Aberdeen Proving Ground, MD
(vi) Description of requirements:
The US Army requires two (2) Benchtop Sterilizers be delivered to the Aberdeen Proving Grounds (APG), each including the following characteristics:
• Shall have a chamber size large enough to accommodate 18" x 28" laboratory equipment.
• Shall have an independent water supply.
• All surfaces shall be made of corrosion-resistant 316Ti grade steel.
• Shall function with independent control of Time, Temperature, and Pressure.
• Shall be compatible with existing Tuttnaeur equipment and adapters.
(vii) Delivery is required 30 Days after Receipt of contract. Delivery shall be made to US Army Research Lab, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at US Army Research Lab, Aberdeen Proving Ground, MD 21005. The FOB point is US Army Research Lab, Aberdeen Proving Ground, MD 21005.
(viii) 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.
(ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:
(Lowest Price Technically Acceptable)
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors.
Technical Acceptability:
The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications.
Past Performance:
Past performance will be evaluated in accordance with DFARS 213.106-2, by evaluating the PPIRS-SR records of all offerors.
Price:
Price will be evaluated based on the total proposed price, including options, (if any).
(x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.
(xi) 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
(xii) 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 (OCT 2016)
52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015)
52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUL 2013)
52.222-3 CONVICT LABOR (JUN 2003)
52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016)
52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015)
52.222-26 EQUAL OPPORTUNITY (SEP 2016)
52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014)
52.222-50 COMBATING TRAFFICKING IN PERSONS (MAR 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)
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.204-7015, Disclosure of Information to Litigation Support Contractors, as prescribed in 204.7403(c), to comply with 10 U.S.C. 129d.
252.211-7003, Item Identification and Valuation, as prescribed in 211.274-6(a)(1)
252.223-7008, Prohibition of Hexavalent Chromium, as prescribed in 223.7306
252.232-7010 Levies On Contract Payments (DEC 2006)
252.244-7000, Subcontracts for Commercial Items, as prescribed in 244.403.
252.247-7023, Transportation of Supplies by Sea, as prescribed in 247.574(b)(1), to comply with the Cargo Preference Act of 1904 (10 U.S.C. 2631(a)).
(xiii) 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 2016)
52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016)
52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)
52.252-2 CLAUSES INCORPORATED BY REFERENCE
252.203-7005 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)
252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016)
252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)
ACC - APG POINT OF CONTACT
TECHNICAL POINT OF CONTACT
INTENTION TO SOLICIT ONLY BRAND NAME SOURCES
TYPE OF CONTRACT
GOV INSPECTION AND ACCEPTANCE
PAYMENT OFFICE (BANKCARD)
TAX EXEMPTION CERT. (ARL)
RECEIVING ROOM - APG
AWARD OF CONTRACT
ADELPHI CONTR. DIVISION URL
PAYMENT TERMS
(xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A
(xv) The following notes apply to this announcement:
In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition.
(xvi) Offers are due on 5 days after posting, by 11:59 AM EST, at [email protected]
(xvii) For information regarding this solicitation, please contact Christine Chase, [email protected]