Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 25, 2020 SAM #6783
SOLICITATION NOTICE

J -- Mass Flow Controller

Notice Date
6/23/2020 10:49:33 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334514 — Totalizing Fluid Meter and Counting Device Manufacturing
 
Contracting Office
W6QM MICC-DUGWAY PROV GRD DUGWAY UT 84022-5000 USA
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-20-Q-0017
 
Response Due
6/29/2020 8:00:00 AM
 
Archive Date
07/14/2020
 
Point of Contact
Mark S. Pratt, Phone: 4358312094
 
E-Mail Address
mark.s.pratt4.civ@mail.mil
(mark.s.pratt4.civ@mail.mil)
 
Description
mission & installation contracting command Dugway proving ground 5330 valdez circle MS#1 dugway utah 84022 SOLICITATION NO:� W911S6-20-Q-0017 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation requested and a written solicitation will not be issued. U.S.� Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of a Service Contract w/ the following: Document Type: Combined Solicitation/Synopsis Solicitation Number: W911S6-20-Q-0017 Posted Date: 06/23/2020 Original Response Date: 06/29/2020 Current Response Date: 06/29/2020 Product or Service Code: J066 Set Aside: 100% SMALL BUSINESS NAICS Code: 334514 size standard 750 employees important � notice to offeror: An award will be made from this solicitation when the evaluation of offers has been completed which is anticipated to occur shortly after the closing date of the solicitation.� In order to be considered for any award, it is REQUIRED that contractors be Registered, Active and Valid in the System For Award Management (SAM) database at the time that award will be made.� Reference FAR 52.204-7 System for Award Management. It is recommended that if you are a contractor that will be responding to this solicitation and not currently Registered, Active and Valid in the SAM database, that you immediately begin the process. �Contractors must also meet the small business size standard of the NAIC�s code that this solicitation is issued under This is the only notice that contractors will get instructing them to complete the SAM registration process if they have not already done so.� The website is https://www.sam.gov/portal/SAM/#1. All responses/submissions to be sent through SAM OR emailed with associated solicitation Number on vendor quote. �(https://beta.sam.gov/search?index=opp) �It is the offerors responsibility to watch for any and all amendments to the solicitation, which shall be issued electronically through the Federal Business Opportunities Website. Request for Quote (RFQ) W911S6-20-Q-0017 is a combined synopsis/solicitation for commercial items.� This combined synopsis/solicitation is issued as a RFQ.� Submit written offers only, oral/facsimile offers will not be accepted.� Written offers shall be submitted by Email: mark.s.pratt4.civ@mail.mil.� All firms or individuals responding must be registered and active in the System for Awards Database (www.sam.gov). This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04 (January 15, 2020).� It is the contractor�s responsibility to be familiar with applicable clauses and provisions.� Clauses and provisions can be found at: https://www.acquisition.gov/������������ REQUIREMENTS: The proposed sole source contract type will be determined after proper market research has been conducted to Sierra Instruments Inc. for Mass Flow Controllers. The statutory authority for the sole source procurement is Pursuant to 10 U.S.C. 2304 ( c ) (1) and Federal Acquisition Regulation FAR 13.106-1(b)(1)(i), supplies, services and/or equipment are available from one responsible source and no other type of supplies, services and/or equipment will satisfy agency requirements.� Schedule of Items CLIN MANUFACTURER�S PART NUMBER Description QTY Unit Price Extended Price 0001 C100 - Mass Flow Controller, Digital High Performance with Multiple Gas Capability C100 - MFC, Digital High Performance with Multiple Gas Capability L - Flow Body Size: Low flow controller 0-10 sccm up to 0-50 slpm. DD - Pilot Module Display: Interface mounted on the enclosure 2 - Inlet/Outlet fittings: 1/4-inch compression (standard up to 30 slpm). For low flow bodies and 101 (maximum 50 slpm) OV1 - Body Elastomers: Viton� SV1 - Valve Seat: Viton� PV2 - Input Power: 24 VDC for all instruments V1 - Output Signal: 0-5 VDC and 4-20 mA linear output signals S0 - External Setpoint Signal: Pilot Module/RS-232 (standard for Pilot Module/digital operation) C3 - 100-Analog Cable (3 foot): 15 conductor cable with D-connector on one end, fly leads on the other. 3 foot length (1 m) 16 SHIPPING TO DUGWAY, UTAH 84022 $ TOTAL PRICE $ Quote on all items. Only quotes to the nearest cent will be accepted. Delivery By: 60 Days After Receipt of Order (ARO) DUGWAY PROVING GROUNDS BLDG 4223 2ND STREET DUGWAY, UTAH� 84022 ��������������� �� �� Offerors Company Information:� Name of Company (please print): DUN�s Number: Printed Name of Company Agent: Signature of Company Agent: Date: Phone Number: Email Address: Contract Terms and Conditions 1. CLAUSES INCORPORATED BY REFERENCE (FAR 52.252-2) (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.� Also, the full text of a clause may be accessed electronically at this/these address (es): https://www.acquisition.gov/?q=browsefar Clauses Incorporated By Reference: 2. FAR 52.212-4 �CONTRACT TERMS AND CONDITIONS-COMMERCIAL (OCT 2018) Addendum to FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Incorporated By Reference on Standard Form 1449): The following clauses are added to the terms and conditions in FAR 52.212-4 SYSTEM FOR AWARD MANAGEMENT���������������������� �� ���������������������������� ��������������������������������������������������������������� �����������(FAR 52.204-7) (OCT 2018) PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL ���������������������������������������������������������������������������� �����������(FAR 52.204-9) (JAN 2011) INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS������������������������� ����������������� ��������������� ���������(FAR 52.204-19) (DEC 2014) BRAND NAME OR EQUAL�������������������������������������������������������������������������������������������������������������������������� ��������������������������������������������� ����������(FAR 52.211-6) (AUG 1999) UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS������������������������������������������������������������������ ������������������������������������������ ���������(FAR 52.232-39) (JUN 2013) PROVIDING ACELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS������������������������ ��������������������������������� ���������(FAR 52.232-40) (DEC 2013) APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM������������������������������������������������������������������������� ������������������������������������ �����������(FAR 52.233-4) (OCT 2004) INSPECTION AND ACCEPTANCE�������������������������������������������������������������������������������������������������������������������������������� ���������� (FAR 52.246-1) (APR 1984) DEFAULT (FIXED-PRICE SUPPLY AND SERVICE)���������������������������������������������������������� ���������� ������������������������������������ �����������(FAR 52.249-8) (APR 1984) SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING. ���������������������������� �����������������(DFARS 252-204-7012) (OCT 2016) ELECTRONIC FUNDING VIA WAWF������������������� ������������������������������������������������������������������������������������������������������� ����������������(DFARS 252.232-7006) (MAR 2018) Provisions by Reference� Item ID for Items >= $5,000����������������������������������������������������������������������������������������������������������������������������������� (DFARS 252.211-7003) CLAUSES INCORPORATED BY FULL TEXT: 3. CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS. (FAR 52.212-5)(JAN 2020) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). �(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a) (1) (A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (5) 52.233-3, Protest After Award (Aug 1996) (31�U.S.C.�3553). (6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19�U.S.C.�3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15�U.S.C.644). 52.219-28, Post Award Small Business Program Re-representation (Jul 2013) (15�U.S.C.�632(a) (2)). 52.222-3, Convict Labor (June 2003) (E.O.11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan�2020) (E.O.13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246). 52.222-50, Combating Trafficking in Persons (Jan 2019) (22�U.S.C.�chapter�78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011). 52.225-1, Buy American-Supplies (May 2014) (41�U.S.C.�chapter�83). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct�2018) (31�U.S.C.�3332). 52.212-2 EVALUATION--COMMERCIAL ITEMS: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Brand Name only for Sierra Mass Flow controllers only. Price � Description/Specifications/Statement of Work � It is the intent of the government to procure 16 Sierra Mass Flow Controllers C100L-DD-2-OV1-SV1-PV2-V1-S0-C3. The requiring activity for this procurement is the, Chemical Test Division, West Desert Test Center, U.S. Army, Dugway Proving Ground, UT. The Federal Supply Code for this requirement is 6680 Liquid and gas flow, liquid level, and mechanical motion measuring instruments. Requirement will be delivered 4 weeks after time of award. 4. Instructions to Offerors-Commercial Items (FAR 52.212-1) (OCT 2018) Purchase of Mass Flow Controllers, Quotes, including Exhibits 1, and schedule of Items including Offerors Information must be emailed to mark.s.pratt4.civ@mail.mil, Mail & Facsimile Quotes will NOT be accepted. Quotes are required to be received no later than 9:00 AM MST 06/29/2020. 5. Prohibition on Contracting with Entities Engaging in Certain activities or Transactions Relating to IRAN-Representations and Certifications. (FAR52.225-25)(AUG 2018) 6. OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. (FAR ����� 52.212-3) (OCT 2018) The clause at FAR 52.212-3 Offeror Representations and Certifications � Commercial Items, applies to this acquisition. Offeror shall complete only paragraphs (b) (Exhibit #1) of this provision; if the offeror has completed the annual representations and certificates electronically via https://www.sam.gov . Exhibit 1 � FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law Offeror shall complete paragraphs (b) of this provision and return with quote. 7. Instructions for the Preparation of Quote: Quotes are due on 06/29/2020, no later than 9:00 A.M. at the MICC-DUGWAY, 5330 VALDEZ CIRCLE MS#1 RM 1410 DUGWAY, UTAH 84022 Quotes shall be submitted by email to the attention of Christy Hansen/RFQ W911S6-20-Q-0017 Mr. Mark S. Pratt, Contract Specialist at (435) 849-0034, or email mark.s.pratt4.civ@mail.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b0492841ff914364a896767594df6aa6/view)
 
Place of Performance
Address: Dugway, UT 84022, USA
Zip Code: 84022
Country: USA
 
Record
SN05699865-F 20200625/200623230140 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.