COMBO SYNOPSIS SOLICITATION for One Glove Drybox
COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS •1. Solicitation Number: W911QX19Q0107 •2. Title: SMALL BUSINESS SET-ASIDE FOR One (1) Glove Drybox •3. Classification Code: 66 •4. NAICS Code: 334513 ... COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS •1. Solicitation Number: W911QX19Q0107 •2. Title: SMALL BUSINESS SET-ASIDE FOR One (1) Glove Drybox •3. Classification Code: 66 •4. NAICS Code: 334513 •5. Response Date: 15 April 2019 due via email to the Primary Point of Contact listed in the FedBizOpps.gov webpage for this combined synopsis-solicitation. •6. Description: One (1) Glove Drybox 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 2019-01. For purposes of this acquisition, the associated NAICS code is 334513. The small business size standard is 750 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): CLIN 0001 One (1) EACH Glove Drybox CLIN 0002 One (1) EACH Installation and Training CLIN 0003 One (1) EACH Shipping Charge Specifications/Requirement: The Contractor shall provide one (1) glove drybox that meets the following salient characteristics: •1. Stainless steel enclosure with 50-60 inches (in.) width, 30-40 in. depth, 36-40 in. height interior work space and transparent, anti-reflection front panel (polycarbonate and resistant to chemicals and scratches), a minimum of three (3) adjustable height shelves on the back interior stainless steel panel •2. Stainless steel supporting legs with casters •3. Main antechamber installed on either side of the enclosure (left or right), with vacuum interlocks, cylindrical shape, with an integrated movable loading tray in the vacuum interlocks for easy loading on and off. The antechamber size must be a minimum of 15 in. in diameter and a minimum of 24 in. in length. The loading tray should have a length of at least 20 in. and width identical or close to the diameter of the main antechamber. •4. Mini antechamber installed on either end panel (left or right), cylindrical shape, 6 in. in diameter and 15-20 in. in length •5. The capability to be able to connect to another glove box with a common or junction antechamber, in addition to the main antechamber, for future expansion purposes. •6. Capable of adding accessories, to include but not limited to, solvent traps •7. Fully automatic gas purification unit with a closed-loop recirculation system to absorb oxygen and water from inert gases including nitrogen, argon, and helium with a color touch panel display. Attainable purity level must be moisture less than (<) 1 part per million (ppm) and oxygen < 1 ppm •8. The filter capability for the gas purification unit must be at least 20 liter (l) oxygen and 900 grams (g) moisture •9. Oxygen (O2) and moisture (H2O) analyzers with the measuring range: O2 0-1000 ppm, H2O 0-500 ppm. •10. A frequency controlled circulation blower up to 22 cubic meters per hour (m3/h) that does not generate heat that changes the interior temperature of the glovebox. •11. An automatic box purge system •12. 2-piece gloveport feedthroughs with at least 8 in. diameters •13. Internal glove port cover with diameter consistent with item #12. •14. Butyl size Large (L) gloves •15. Front interior lighting •16. Rotary pump with a pumping speed at least 15 m3/hr, to include an oil mist filter and olid return kit •17. Refrigerator with box integrated and minimum temperature at least -35 Celsius (C ) at least 15 liters volume capacity with a minimum of two (2) shelves 18. Internal charcoal and water traps Delivery: Delivery is required by six (6) weeks after receipt of order (ARO). Delivery of all CLINs shall be made to Aberdeen Proving Ground (APG), MD 21005. Acceptance shall be performed at APG, MD 21005. The FOB point is APG, MD 21005. Clauses: I. The provision at 52.212-1, Instructions to Offerors - Commercial DEVIATION 2018-O0018, applies to this acquisition. The following addenda have been attached to this provision: NONE 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 (OCT 2016) 52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-6 DEVIATION 2019-O0003 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) 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 (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 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) See Provisions and Clauses Full-Text Attachment for selected clauses listed in DFARS 212.301. 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 2016) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 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 (DEC 2018) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016) 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 PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERT. (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM - APG 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: In accordance with FAR 32.003, contract financing cannot be provided for this acquisition. Place of Performance: U.S. Army Research Laboratory (ARL) Aberdeen Proving Ground (APG), MD 21005 Offers are due on 15 April 2019, by 11:59 AM EST, via email to Contract Specialist, Douglas Dennard, (301) 394-3371, douglas.c.dennard.civ@mail.mil. For information regarding this solicitation, please contact Douglas Dennard, (301) 394-3371, douglas.c.dennard.civ@mail.mil. Contracting Officer: Joseph Dellinger
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »