Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 03, 2022 SAM #7582
SOLICITATION NOTICE

66 -- This is a combined synopsis/RFQ for commercial

Notice Date
9/1/2022 1:29:15 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
REGION 6 CONTRACTING OFFICE DALLAS TX 75202 USA
 
ZIP Code
75202
 
Solicitation Number
68HE0622Q0009
 
Response Due
9/7/2022 11:00:00 AM
 
Archive Date
09/22/2022
 
Point of Contact
Lower, Angela, Phone: 513-487-2036
 
E-Mail Address
Lower.Angela@epa.gov
(Lower.Angela@epa.gov)
 
Description
Combined Synopsis/Request for Quote (CS/RFQ) 68HE0622Q0009 This is a combined synopsis/solicitation for commercial items, RFQ #68HE0622Q0009 prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This is a sole source effort to Brinkmann Instruments, Inc. dba Metrohm USA, Inc (Metrohm USA Inc.), as the vendor is the Metrohm USA Inc., Inc is uniquely qualified to provide the additional expansion equipment currently owned by US EPA, Region 6 laboratory, as it is the only source of adding proprietary supplies on to the existing proprietary Metrohm OMINIS equipment. These items are peculiar to one manufacturer (FAR 11.105), Metrohm USA Inc., who is also the exclusive distributor of all Metrohm equipment; including but not limited to automatic titrators, sample changers, electrodes, oxidative stability, ion chromatographs and applicable accessories in the United States and Canada. Metrohm USA is the only sole distributor/ authorized provider of OMINUS Metrohm supplies/equipment needed for successful operation of the noted equipment. The Contractor may insert proposed discounts in block 12 on the SF 1449. The following document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516. The Product Service Code is 6640. Free on Board (FOB) Destination shall be: U.S. EPA, Region 6 Laboratory 10625 Fallstone Rd. Houston, TX 77099 Telephone: (281) 983-2120 In accordance with FAR 47.303-6, Shipping must be FOB destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. The government is unable to accept any quote which shows a separate line item for shipping. The delivery date is sixty (60) days or less. CLIN 0001 � See attachment 1 and 2 for details. The EPA - REGION 6 End User requires the following items in accordance with (IAW) the attachments: See Attachment 1- Statement of Work (SOW) See Attachment 2 -OMNIS Supply List Quotes in response to the RFQ MUST be submitted via FedConnect portal related to RFQ 68HE0622Q0009. Offeror�s who respond to this combined Synopsis/RFQ acknowledge and agree to all the instructions and procedures described herein. Quotes must include the Contractor�s SAM UEI number and Cage code in the offeror�s RFQ. Offerors must submit all technical questions concerning this solicitation electronically via the FedConnect portal to the Contract Specialist, Sonja Johnson, on September 2, 2022, no later than 1:00PM (1300) CDT or 2PM (1400) ED. Quote Due Date/Time: All quotes are due via the FedConnect portal to the Contract Specialist, Sonja Johnson on September 7, 2022, no later than 1:00 PM (1300) CDT or 2PM (1400) ED. The Government will begin review and evaluation of the submission following the RFQ closing date and time. Therefore, submissions or information requests about this RFQ received after the closing date and time, are considered late, and will not be accepted. The Government intends to issue one (1) Firm Fixed Priced (FFP) Purchase Order (PO) for commercial items in accordance with FAR 12: Acquisition of Commercial Items and FAR 13: Simplified Acquisition Procedures to Brinkmann Instruments, Inc. dba Metrohm USA, Inc IAW with 13.106-1(b)(1). The US Government will accept only new equipment; no remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. The Offeror�s quote must be good for a least 60 calendar days after submittal date. Registration with the System for Award Management (SAM) is required at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. The following clauses and provisions will apply: FAR 52.252-1 Solicitation Provisions Incorporated by Reference. (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/; https://www.acquisition.gov/epaar; https://contracts.epa.gov/EPAAG (End of provision) FAR 52.252-6 Authorized Deviations in Clauses (NOV 2020) (b) Environmental Protection Agency Acquisition Regulation (EPAAR) (48 CFR Chapter 15). EPAAR 1552.312 -4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS. (FAR DEVIATION) (OCT 21) in lieu of FAR 52.212-4 by Reference FAR 52.212-1, 52.212-3, 52.212-4, 52.212-5 and 52.214-4 are incorporated by reference for commercial items. FAR 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items. (OCT 2019) The following additional FAR clauses cited in 52.212-5 are applicable to this acquisition: FAR: i. 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) ii. 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (Jan 2017) iii. 52.204-7 System for Award Management. (Oct 2018) iv. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. (Oct 2018) v. 52.204-13 System for Award Management Maintenance. (Oct 2018) vi. 52.204-16 Commercial and Government Entity Code Reporting. (Jul 2016) vii. 52.204-17 Ownership or Control of Offeror. (Jul 2016) viii. 52.204-18 Commercial and Government Entity Code Maintenance. (Jul 2016) ix. 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities. (Jul 2018) x. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (Oct 2020) xi. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2020) xii. 52.204-26 Covered Telecommunications Equipment or Services-Representation. (Oct 2020) xiii. 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation (Nov 2015) xiv. 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) xv. 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. (Nov 2015) xvi. 52.212-1 Instructions to Offerors-Commercial Items (Mar 2020) xvii. 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2020) xx. 52.222-3 Convict Labor. (June 2003) xxi. 52.222-19 Child Labor-Cooperation with Authorities and Remedies. (Jan 2020) xxii. 52.222-21 Prohibition of Segregated Facilities. (Apr 2015) xxiii. 52.222-22 Previous Contracts and Compliance Reports. (Feb 1999) xxiv. 52.222-26 Equal Opportunity. (Sept 2016) xxv. 52.222-35 Equal Opportunity for Veterans (Oct 2015) xxvi. 52.222-36 Equal Opportunity for Workers with Disabilities. (Jul 2014) xxvii. 52.222-37 Employment Reports on Veterans (Feb 2016) xxviii. 52.222-50 Combating Trafficking in Persons. (Jan 2019) xxix. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. (Aug 2011) xxx. 52.225-1 Buy American-Supplies xxxi. 52.225-13 Restrictions on Certain Foreign Purchases. (June 2008) xxxii. 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Aug 2018) xxxiii. 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. (Oct 2018) xxxiv. 1552.332-39 Unenforceability of Unauthorized Obligations (FAR DEVIATION). xxxv. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (Dec 2013) xxxvi. 52.233-3 Protest after Award. (Aug 1996) xxxvii. 52.233-4 Applicable Law for Breach of Contract Claim. (Oct 2004) xxxix. 52.252-2 Clauses Incorporated by Reference. (Feb 1998): Federal Acquisition Regulation (FAR): www.acquisition.gov and Environmental Protection Agency Acquisition Regulation (EPAAR): https://www.acquisition.gov/epaar; Local i. EPA-H-23-101 Environmentally preferable practices - The contractor shall, to the greatest extent practicable, utilize environmentally preferable practices in its course of business. ""Environmentally preferable"" is defined as products or services that have a lesser or reduced effect on human health and the environment when compared with competing products or services that serve the same purpose. This comparison may consider raw materials acquisition, production, manufacturing, packaging, distribution, reuse, operation, maintenance, or disposal of the product or service. Consideration of environmentally preferable practices must be consistent with price, performance, availability, and safety conditions. To be considered for award, the seller must be a manufacturer and/or federally authorized distributors/resellers of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the timeframes specified by the Buyer on the award. Sellers shall be required to provide documentation as proof of authorization to be considered for award. The Government intends to award a responsible quote which conforms to the Statement of Work and proposes a price that is fair and reasonable, and provides the Lowest Priced, Technically Acceptable (LPTA) quote meeting the specifications of the requirement. Quotes submitted must not include any sales tax (state, local, or otherwise). EPA is a Federal agency and thus is tax-exempt.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/438cd389a50a4c11b7cf430ba16b7090/view)
 
Record
SN06451001-F 20220903/220901230127 (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.