Inactive
Notice ID:W911QY-22-Q-0053
Amendment 01 - Amending to post J&A. The Department of the Army, ACC-APG, Natick Contracting Division, Natick, MA intends to purchase the following system: Brand name requirement IAW FAR 6.302-1(c) to...
Amendment 01 - Amending to post J&A. The Department of the Army, ACC-APG, Natick Contracting Division, Natick, MA intends to purchase the following system: Brand name requirement IAW FAR 6.302-1(c) to procure QuantStudio™ 5 Food Safety Real-Time PCR System (qty 1, SKU A36328) to include 96 well RNASE verification plate (qty 1, SKU 4351979), optical adhesive covers 25 pack (qty 1: SKU 4360954), and MicroAmp® EnduraPlate Optical 96-Well Fast Clear Reaction Plate with Barcode, 0.1mL, 20 plates (qty 1, SKU 4483485) for US Army DEVCOM Soldier Center. Offers shall include applicable shipping cost. Researchers at DEVCOM SC need a quantitative real-time PCR system with validated AOAC, USDA MLG, or NF methods to conduct projects related to safety of food and water. This system is a benchtop system with commercially available kits to determine safety of food and water samples using PCR methods. Sole make and model is required because no other commercially available system has the key attributes as provided in attached REQUIREMENTS document. No substitutes are allowed. New items are required; refurbished/used items will not be accepted. This is a combined synopsis and 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. Request For Quotation (RFQ) number is W911QY-22-Q-0053. All other timely offers will be considered. Offers for other products must contain complete product information and prices. This requirement is unrestricted. NAICS Code is 335999. Size standard is 500 employees. The Army’s Office for Small Business Programs concurs with the unrestricted determination. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-01. FAR 52.212-1 Instructions to Offerors--Commercial Items applies. Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items. Evaluation factors are technical capability, price, and past performance. Each is equally important. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the website. FAR 52.212-4, Contract Terms and Conditions--Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, and DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply. Any additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices shall apply. The following addenda or additional terms and conditions apply: In accordance with DFAR Clause 252.211-7003, Unique Item Identifier (UID) applies if the proposed unit price is $5,000 or greater. The UID information must be submitted in WAWF and a UID tag must be affixed to this item prior to shipping. Offers should include price and delivery terms and the following additional information: Cage Code. Offers shall be e-mailed to eileen.emond.civ@army.mil and richard.c.welsh2.civ@army.mil with solicitation #W911QY-22-Q-0053 in the subject line. Technical capability/specifications and price are to be submitted as separate documents. Required delivery is 60 days after award, F.O.B. Destination Natick, MA. Offers must be received by 2:00 p.m. Eastern Standard Time on 3/31/22. Offers received after this date are late and will not be considered for award. For information on this acquisition contact eileen.emond.civ@army.mil.