Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 10, 2015 FBO #4977
SOLICITATION NOTICE

66 -- Flash Differential Scanning Calorimeter (DSC).

Notice Date
7/8/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-15-T-0184
 
Response Due
7/15/2015
 
Archive Date
9/6/2015
 
Point of Contact
Christine Chase, 301 394 4012
 
E-Mail Address
ACC-APG - Adelphi
(christine.m.chase10.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (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. APG-ADL-B.5152.206-4400 INTENT TO SOLICIT ONLY ONE SOURCE (FEB 2015) 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 Mettler-Toledo International Inc.; 1900 Polaris Pkwy, Columbus, OH, 43240-4035. 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 W911QX-15-T-0184. This acquisition is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81 date 10 April 2015. (iv) The associated NAICS code is 334516. The small business size standard is 500 Employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN0001-Quantity one (1) Flash Differential Scanning Calorimeter (DSC) to include cost of shipping FOB destination. (vi) Description of requirements: Request quantity one (1) DSC system with ultrafast heating rates. Recommended system is capable of heating rates of 2,400,000 deg/min. Samples are placed directly on a sensor. No pan is needed. Electrical cooling device with a closed-loop cooling system. Temperature range must include -95 to 420 degrees Celsius ( C). System must include Leica M60 Compact stereo microscope for sample preparation and placement, and Leica IC80 HD Camera for recording analyses. System must include required accessories (Sensor Set Flash DSC 1; 5 sets) and software for data acquisition and processing (including content, crystallinity and enthalpy, conversion routine for kinetics measurements, and glass transition determination). Price must include installation and on-site-training. (vii) Delivery is required by 9/1/2015 Delivery shall be made to US Army Research Laboratory, Aberdeen Proving Ground MD 21005-5001. Acceptance shall be performed at Destination. The FOB point is Destination. (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) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: _Sole Source. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) 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. (xii) 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, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33, 52.232-36 and 252.211-7003. (xiii) The following additional contract requirement(s) or terms and conditions apply 52.225-25, 252-204-0009, 252.203-7000, 252.203-7005, 252.204-7011, 252.204-7012, 252.204-7015, 252.223-7008, 252.225-70035 252.225-70136, 252.247-7023, 252.232-7003, 252.244-7000, 252.247-7023, 52.204-18, 52.232-40, 252.204-7003,and 252.232-7010 (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as None. (xv) The following notes apply to this announcement: None. (xvi) Offers are due on 15 July 2015, by 11:59 PM EDT, via email to: christine.m.chase10.civ@mail.mil (xvii) For information regarding this solicitation, please contact Christine Chase, Contract Specialist, (301)-394-4012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bce1c7112d7191cd0bc605e07da40501)
 
Place of Performance
Address: ACC-APG - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
 
Record
SN03789576-W 20150710/150708235413-bce1c7112d7191cd0bc605e07da40501 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.