Small Business Set-Aside For One (1) High-Temperature Contact Angle Measurement System
COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS •1. Solicitation Number: W911QX19Q0157 •2. Title: SMALL BUSINESS SET-ASIDE FOR One (1) High-Temperature Contact Angle Measurement System •3. Classifica... COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS •1. Solicitation Number: W911QX19Q0157 •2. Title: SMALL BUSINESS SET-ASIDE FOR One (1) High-Temperature Contact Angle Measurement System •3. Classification Code: 66 •4. NAICS Code: 334516 •5. Response Date: 19 June 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) High-Temperature Contact Angle Measurement System 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 334516. The small business size standard is 1000 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 High Temperature Contact Angle System Specifications/Requirement: The Contractor shall provide one (1) turn-key high-temperature contact angle measurement system that meets the following salient characteristics: •1. System shall be capable of contact angle measurements at temperatures up to 1800 degrees Celsius (°C) or higher in a reducing environment, oxidizing environment, inert gas, and air. Temperature resolution shall be ± 1 °C or better. System shall be capable of heating rates of 10 °C/min and cooling rates of 5 °C/min. System shall be capable of surface free energy and surface/interfacial tension measurements at room temperature. System shall be capable of contact angle, surface free energy, and surface/interfacial tension measurements at pressures down to 10-3 millibar (mbar) or lower. System shall be capable of measuring contact angles from 0° to 180° with a resolution of ± 0.01° or better. System shall be capable of measuring surface and interfacial tensions from 0.01 to 2000 milliNewton per meter (mN/m) with a resolution of ± 0.01 mN/m. System shall be capable of accommodating samples up to 10 millimeters (mm) or larger in diameter and 5 mm or larger in height. System shall include an ENERGY STAR qualified computer with the following characteristics: Operating system: Windows 10 Professional (64-bit) Processor: 3.6 Gigahertz (GHz) or higher with four (4) or more cores Random Access Memory (RAM): 16 gigabytes (GB) or higher Hard drive Boot drive: 1 x 256 GB or higher Storage drive: 1 x 2 terabyte (TB) or higher Monitor: 24 inches (") or larger touchscreen Resolution: 1920 x 1080 or higher Refresh rate: 60 hertz (Hz) or higher. ENERGY STAR qualified Accessories: wireless mouse and keyboard System shall include data acquisition and analysis software with modules to collect and analyze data from contact angle measurements, surface energy measurements, and surface/interfacial tension measurements. System shall include one (1) or more high-definition cameras with two (2) Megapixel or higher resolution at a frame rate of 60 Hz or higher at full resolution. Camera shall use Gigabit Ethernet (GiGE) to connect with the computer. System shall include one (1) or more zoom lens(es), with an integrated fine focus, for use at working distances from 150 to 950 millimeters (mm) or more. System shall include the appropriate power supplies and/or transformers to operate on a single-phase 208 Volt - Alternating Current (VAC), 60 Hz source. System shall meet the comprehensive regulations of the most recently published US National Electrical Code (NEC). System shall be mounted on a portable cart for easy transport of the entire system. Contractor shall provide on-site set-up and installation no later than 60 days after delivery. Contractor shall provide on-site training for up to five (5) Army Research Laboratory (ARL) staff members for up to two (2) days immediately following completion of installation and set-up. The contractor shall provide a full warranty of the high-temperature contact angle measurement system for two (2) years or longer, beginning the day after technical acceptance has been provided by the Government. The warranty shall include replacement of all defective parts at no additional cost to the Government. During the warranty period, Contractor shall provide a response plan within forty-eight (48) hours of the time the Government contacts the Contractor with a request to diagnose, service, and/or propose a plan to repair the high temperature contact angle measurement system. Delivery: Delivery is required by six (6) weeks after receipt of order (ARO). Delivery 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: 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 ben 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) •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) 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 (DEC 2018) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016) 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 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: 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 IV. Offers are due on 19 June 2019, by 11:59 AM EST, via email to Contract Specialist, Douglas Dennard, (301) 394-3371, douglas.c.dennard.civ@mail.mil. X. For information regarding this solicitation, please contact Douglas Dennard, (301) 394-3371, douglas.c.dennard.civ@mail.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »