Inactive
Notice ID:W31P4Q-19-Q-0082
The Army Contracting Command-Redstone is soliciting a quote. In order for a quote to be accepted, the vendor must provide historical pricing data such as copies of previous invoices or purchase orders...
The Army Contracting Command-Redstone is soliciting a quote. In order for a quote to be accepted, the vendor must provide historical pricing data such as copies of previous invoices or purchase orders to support fair and reasonable pricing. Combined Synopsis/Solicitation Number W31P4Q-19-Q-0082 is to be a Sole-Source procurement to Design Integrated Technology, Inc. of Warrenton Virginia, in accordance with FAR 13.106-1 for soliciting from a single source in that the circumstances of the contract action make only one source reasonably available. The corresponding NAICS code for this procurement is 334516. The US Army Contracting Command-Redstone is soliciting a quote from Design Integrated Technology, Inc., for the purchase of the following item: 1 each D1040006, 23 Gallon Custom Temperature Conditioning Bath Additionally, this equipment must meet the requirements stated below: • Operating range of -65 ºF to +200 ºF • +/- 1 ºF full scale accuracy. • PID programmable Controller with dual LED display with RS 232 communications port. • Exterior is 44.25" wide x 38" high to counter top x 32" deep. Pumps are an additional 7" high. • Antique White powder coated finish. • Hinged insulated Stainless Steel Cover with handles. • Four 2" diameter dual wheel casters. • Two Stainless Steel circulating column pumps. • Operator's manual. • C of C of factory performance test. • 230VAC/1 PH, requires 30A time delayed circuit breaker. Customer supplied. • Non-Explosion Proof.. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. Provision 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations - Representation; Provision 52.212-1, Instructions to Offerors - Commercial; Provision 52.212-2, Evaluation - Commercial items; Provision 52.212-3, Offeror Representations and Certifications - Commercial Items; Clause 52.212-4, Contract Terms and Conditions - Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; Clause 52.222-50 Combatting Trafficking in Persons Clause; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; Clause 52.232-39, Unenforceability of Unauthorized Obligations; Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports are applicable to this acquisition. Other clauses may be included in the award if applicable. All responsible sources may submit a capability statement and quotation which shall be considered by the agency. In the event more than one quote is received, the following factors shall be used to evaluate offers: technical capability of the items offered to meet the Government requirement, price, and delivery. All items shall include shipping costs FOB Destination to Redstone Arsenal, AL. Payment will be made via Wide Area Workflow. Responses are due no later than 1:00 PM (local time), 16 May, 2019 in the contracting office, Building 5400, Room B-142, Redstone Arsenal, Alabama, 35898. Oral communications are not acceptable in response to this notice. Electronic quotes are preferred, but fax quotes will be accepted. Responses may be submitted to: jeffery.d.hestley.civ@mail.mil or via facsimile at 256-876-7737, marked to the attention of Jeff Hestley.