One (1) high-temperature dual-modulated simultaneous differential scanning calorimeter (DSC) thermogravimetric (TGA) system
COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 6640 2. NAICS Code: 334516 3. Subject: One (1) high-temperature dual-modulated simultaneous differential scanning calorimeter (DSC) ther... COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 6640 2. NAICS Code: 334516 3. Subject: One (1) high-temperature dual-modulated simultaneous differential scanning calorimeter (DSC) thermogravimetric (TGA) system 4. Solicitation Number: W911QX19Q0080 5. Set-Aside Code: N/A 6. Response Date: 03/28/2019 7. Place of Delivery/Performance: U.S. Army Research Laboratory Weapons & Materials Research Directorate (WMRD) Aberdeen Proving Ground Aberdeen Proving Ground 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. INTENT TO SOLICIT ONLY ONE SOURCE The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i). The name of the company the Government intends to award a contract to is TA Instruments - Waters L.L.C., 159 LUKENS DR NEW CASTLE, DE, 19720-2765, USA. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (ii) The solicitation number is W911QX19Q0080. This acquisition is issued as an Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-01. (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) (CLIN) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001- One (1) Discovery SDT 650 - Simultaneous DSC-TGA (Part# 963000.901) CLIN 0002 - One (1) DSL Router with 4 Port Switch (Part# 251471.002), CLIN 0003 - Thermal Installation & Training Fee (Part# 999800.528) (vi) Description of requirements: One (1) high-temperature dual-modulated simultaneous differential scanning calorimeter (DSC) thermogravimetric (TGA) system to determine parameters (heat capacity and kinetic constants) for novel energetic materials (explosives and propellants) for mission and customer projects that includes on-site preventative maintenance. (vii) Delivery is required by 30 May 2019. Delivery shall be made to Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at Aberdeen Proving Ground, MD 21005. The FOB point is U.S. Army Research Laboratory, Aberdeen Proving Ground, MD. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE. (ix) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. (x) 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. (xi) 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 AWARD (Oct 2016) 52.209-6 PROTECTING THE GOVERNMENTS 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 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50 COMBATTING 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) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7035 BUY AMERICAN - FREE TRADE AGREEMENTS - BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) 252.225-7036 BUY AMERICAN - FREE TRADE AGREEMENTS - BALANCE OF PAYMENTS PROGRAM (DEC 2016) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUNE 2012) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.237-7010 PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (JUN 2013) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) (xii) 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): 52.204-7 SYSTEM FOR AWARD MANAGEMENT 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) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 52.252-2 CLAUSES INCORPORATED BY REFERENCE 252.203-7000 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 TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERT (ARL) RECEIVING ROOM - APG PAYMENT INSTRUCTIONS DFARS COMMERCIAL CLAUSES ADELPHI CONTR. DIVISION URL EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT FOREIGN NATIONALS PERFORMING PAYMENT TERMS (xiii) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as - N/A (xiv) The following notes apply to this announcement: N/A (xv) Offers are due on 03/28/2019 by 11:59 AM EST by email to Contract Specialist, Douglas Dennard douglas.c.dennard.civ@mail.mil or Procurement Liaison, Alex Gilliam at alex.p.gilliam.ctr@mail.mil. (xvi) For information regarding this solicitation, please contact Contract Specialist, Douglas Dennard douglas.c.dennard.civ@mail.mil or Procurement Liaison, Alex Gilliam at alex.p.gilliam.ctr@mail.mil. Contracting Officer: Joseph Dellinger 3/21/2019
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »