Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W91ZLK-20-Q-0016
This is a solicitation for commercial items prepared in accordance with FAR Part 12, Acquisition of Commercial Items, FAR Part 13, Simplified Acquisition Procedures and as supplemented with additional...
This is a solicitation for commercial items prepared in accordance with FAR Part 12, Acquisition of Commercial Items, FAR Part 13, Simplified Acquisition Procedures and as supplemented with additional information included in this notice. This solicitation will utilize simplified procedures for soliciting competition, evaluation, award documentation and notification that comply with FAR 13.1. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ). The solicitation number is W91ZLK-20-Q-0016. It is the Government's intent to award a firm-fixed-price purchase order. This requirement is set-aside 100% for small business concerns; all qualified Contractors are encouraged to submit a quote. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses https://acquisition.gov/far/index.html and http://www.acq.osd.mil/dpap/sitemap.html. The NAICS code is 334516, with a small business size of 1000 employees. The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) on behalf of the Combat Capabilities Development Command – Chemical Biological Center (CCDC-CBC) is seeking Contractors to provide Agilent Brand Name Only purge and trap equipment in accordance with the specifications listed in the attached product description (Attachment 1). The Contractor shall specify delivery and installation date estimates after receipt of order, unit prices, extended prices and commercial warranties with quote submissions. Quotes shall specifically address each requirement listed in this document. Partial quotes will NOT be evaluated by the Government. All equipment WITHOUT EXCEPTION must be new and any manufacturer's warranty information must be included. All submissions must be BAA Compliant and clearly annotated on the quotation or provide an explanation as to why compliance cannot be met. Delivery and Installation will be made FOB Destination to: U.S. Army CCDC CBC FCDD-CBR-CF 8820 Fleming Road BLDG E5100 Gunpowder, MD 21010 Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors in accordance with FAR 15.101-2. The non-cost factors are the technical requirements, in accordance with Attachment 1, delivery date and past performance. The order will be awarded to the Lowest Price Technically Acceptable (LPTA) offer. The technical evaluation will be a determination based upon information provided by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make award without discussions. Quotations and Attachments must be dated and received by US Army Contracting Command, Aberdeen Proving Ground, Tenant Division, Technologies Branch 6565 Surveillance Loop, Building 6001, 3rd Floor, Room C3-311, Aberdeen Proving Ground, MD, 21005-1846, Attention Mr. David Humfleet, Contracting Officer, via email at david.a.humfleet.civ@mail.mil NLT 25 February 2020 at 3:00 PM ET. Late submissions will not be evaluated. All quotations from responsible sources will be fully considered. Contractors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Contractors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov or through the Federal Service Desk at http://www.FSD.gov. QUESTIONS: For questions concerning this Request for Quotation contact Mr. David Humfleet, Contracting Officer via email at david.a.humfleet.civ@mail.mil. Please provide any questions NLT 21 February 2020 at 1:00 PM ET. NO TELEPHONE REQUESTS WILL BE HONORED. Provisions and Clauses: 52.212-1 Instructions to Offerors—Commercial Items 52.212-3 Alt I Offeror Representations and Certifications—Commercial Items 52.212-4 Contract Terms and Conditions—Commercial Items 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items (Deviation 2018O0021) 52.215-20 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data 52.222-50 Combating Trafficking in Persons 52.232-25 Prompt Payment 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.243-1 Changes—Fixed Price 52.247-34 F.O.B. Destination 52.252-2 CLAUSES INCORPORATED BY REFERENCE 52.253-1 Computer Generated Forms 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7006 Billing Instructions 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003 Item Unique Identification and Valuation 252.215-7008 Only One Offer 252.223-7008 Prohibition of Hexavalent Chromium 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea--Basic 5152.233-4900 AMC-Level Protest