SOLICITATION NOTICE
66 -- One (1) each spectrometer to be used in nuclear magnetic resonance spectrometry
- Notice Date
- 8/25/2015
- 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-0272
- Response Due
- 9/25/2015
- Archive Date
- 10/25/2015
- Point of Contact
- Jessica Camunez, 5756788283
- E-Mail Address
-
ACC-APG - Adelphi
(jessica.r.camunez@us.army.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. (ii) The solicitation number is: W911QX-15-T-0272. This acquisition is issued as an Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through: Federal Acquisition Circular 2005-83. (iv) The associated NAICS code is: 334516. (v) 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- The contractor shall provide one (1) spectrometer to be used in nuclear magnetic resonance spectrometry that meets the following minimum salient characteristics: - Minimum magnet frequency of 400 megahertz (MHz) - Magnet strength of at least eight (8) tesla (T) - The magnet requires shielding such that the five (5) Gauss line is less than one (1) meter when measured from the bore axis of the magnet horizontally -A broadband liquids probe that is capable of automatic shimming and sensitive and tunable to a number of nuclei, including Hydrogen-1(1H), Deuterium (2D - for locking), Carbon-13 (13C), Nitrogen-15 (15N), Flourine-19 (19F), Phosphorus-31 (31P). - The broadband liquids probe is capable of both 1-dimensional (1D) and 2-dimensional (2D) data acquisition, to include all necessary pulse sequences - Probe sensitivity greater than 400:1 for 1H (0.1% ethyl benzene standard) and 200:1 for 13C (10% ethyl benzene standard). - The probe accepts quote mark standard quote mark size liquid sample tubes: five (5) millimeter (mm) outside diameter (OD). - An autosampler for liquids samples, with a minimum capacity of 24 samples and mid-mounted on the magnet for loading without need of a ladder or step-stool. - Manual loading of the magnet possible without major modification or disassembly of the autosampler. - The magnet equipped with gradient shims and be capable of gradient shimming. - Capable of Variable Temperature operation, with a dynamic range of at least -30 C to +80 C for solids, and -40 C to + 130 C for liquids, with temperature precision of at least +/- 0.2 C. The system should also pre-cool and stabilize spinning gas for liquids & solids samples. - Helium (He) transfer line for cryogen fills. - Sufficient pulse power and amplifiers to enable data acquisition in both liquid state and solid state (magic angle spinning). - The probe tunable to a number of nuclei, including 1H, 13C, 15N, 19F, 31P. - Uninterruptable power supply (UPS) to condition incoming power and provide for proper equipment shutdown procedures in the event of building power loss. - A pre-amplifier including channels for 1H/19F, 2D (deuterium channel for lock and 2D observe), broadband preamp, as well as a control and included tune/match display. - Computer workstation capable of acting as an instrument controller and data analysis station. - Software for data acquisition and processing - Software to evaluate and confirm system performance - Vibration isolating features, either through physical or pneumatic buffers in the spectrometer's support legs. - A minimum one (1) year warranty following equipment acceptance. - Installation of the spectrometer along with any pre-installation site assessments. CLIN 0002: Shipping and Handling charges to Aberdeen Proving Ground, MD 21005-5001. FOB Destination. (vi) Description of requirements: See Section (v) (vii) Delivery is required: Delivery shall be made to US Army Research Laboratory, Shipping and Receiving Building 434, Aberdeen Proving Ground, MD 221005-5001, no later than 30 days after receipt of order. Acceptance shall be performed at US Army Research Laboratory, APG, MD. The FOB point is US Army Research Laboratory, Adelphi, MD. (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: Evaluation Criteria - Supplies (Tradeoff) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will first be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. Those offers that meet or exceed the stated performance characteristics and specifications will then be evaluated in terms of technical aspects above the minimum requirements and of those aspects not addressed in the solicitation performance characteristics and specifications that would be most beneficial to the Government. In particular, the Government is willing to trade-off on price for offerors that exceed the following performance characteristics/specifications and/or delivery time: Probe sensitivity must be better than 400:1 for 1H (0.1% ethyl benzene standard) and 200:1 for 13C (10% ethyl benzene standard). Additional sensitivity is one potential trade-off on price. The spectrometer must be capable of Variable Temperature operation, with a dynamic range of at least -30 C to +80 C for solids, and -40 C to + 130 C for liquids. Temperature precision should be +/- 0.2 C. The system should also pre-cool and stabilize spinning gas for liquids & solids samples. A greater temperature range for either solids or liquids, as well as greater precision, is another potential trade-off on price. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets or exceeds the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include ____3____ records of sales from the previous ___12___ months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options. Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. Price will be evaluated based on the total proposed price, including options, (if any). (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: 52.203-3 Gratuities (Apr 1984) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I (Oct 1995) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Dec 2014) 52.219-28 Post Award Small Business Program Representation (July 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Equal Opportunity for Veterans (Jul 2014) 52.222-36 Equal Opportunity for Workers with Disabilities (July 2014) 52.222-37 Employment Reports on Veterans (Jul 2014) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 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 (June 2008) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013) 52.232-36 Payment by Third Party 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013) 252.204-7011 Alternative Line Item Structure (SEP 2011) 252.204-7015 Disclosure of Information to Litigation Support Contractors (FEB 2014) 252.215-7007 Notice of Intent to Resolicit (JUN 2012) 252.215-7008 Only One Offer (Oct 2013) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7001 Buy American and Balance of Payments Program (NOV 2014) 252.225-7012 Preference for Certain Domestic Commodities (FEB 2013) 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments Program (Nov 2014) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7010 Levies On Contract Payments (Dec 2006) 252.243-7002 Requests for Equitable Adjustment (DEC 2012) 252.244-7000 Subcontracts for Commercial Items and Commerical Components (DoD Contracts) (Jun 2013) 252.247-7023 Transportation of Supplies by Sea (Aug 1992). (xiii) 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): 52.204-4 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015) 52.209-7 Information Regarding Responsibility Matters (July 2013) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications (Dec 2012) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 252.204-7000 Disclosure of Information (AUG 2013) 252.204-0009 Contract-wide: by Fiscal Year (SEP 2009) Full Text clauses: 52.252-2 Clauses Incorporated by Reference (Feb 1998) 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013) 252.211-7003 Item Unique Identification and Valuation (DEC 2013) APG-ADL-B.5152.204-4409 ACC - APG Point of Contact (Apr 2011) APG-ADL-B.5152.204-4411 Technical Point of Contact (Dec 2002) APG-ADL-B.5152.216-4407 Type of Contract (Sep 1999) APG-ADL-E.5152.246-4400 Government Inspection and Acceptance (Sept 1999) APG-ADL-G.5152.232-4418 Tax Exemption Certificate (Sep 1999) APG-ADL-H.5152.211-4401 Receiving Room Requirement- ALC (Sept 1999) APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011) APG-ADL-L.5152.215-4441 US Army Contracting Command (ACC-APG) - Adelphi Contracting Division Website (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as None. (xv) The following notes apply to this announcement: Prices given in bids shall be in US dollars and valid through the time of payment (30 days after invoicing). (xvi) Offers are due on 25 Sept 2015, by 11:58 AM MST, via email to: Ms. Jessica Camunez, Jessica.r.camunez.civ@mail.mil (xvii) For information regarding this solicitation, please contact Ms. Jessica Camunez, Contract Specialist, (575) 678-8283, Jessica.r.camunez.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8b000319d55c32e4776ed7057d9973ce)
- Place of Performance
- Address: US Army Research Laboratory (ARL) Shipping and Receiving BLDG 434 APG MD
- Zip Code: 21005-5001
- Zip Code: 21005-5001
- Record
- SN03854776-W 20150827/150825235822-8b000319d55c32e4776ed7057d9973ce (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 |