One (1) unit Particle Size and Shape Analyzer System

expired opportunity(Expired)
From: Federal Government(Federal)
W911QX-17-T-0219

Basic Details

started - 01 Sep, 2017 (about 6 years ago)

Start Date

01 Sep, 2017 (about 6 years ago)
due - 15 Sep, 2017 (about 6 years ago)

Due Date

15 Sep, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
W911QX-17-T-0219

Identifier

W911QX-17-T-0219
Department of the Army

Customer / Agency

DEPT OF DEFENSE (709039)DEPT OF THE ARMY (133115)AMC (72616)ACC (74991)ACC-CTRS (32894)ACC-APG (10712)W6QK ACC-APG ADELPHI (1855)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

(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-17-T-0219. 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 2005-95.(iv) The associated NAICS code is 334516. The small business size standard is 1000 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):CLIN 0001: One (1) unit Particle Size and Shape Analyzer System in accordance with the minimum requirements listed below in section vi. To include shipping Free On Board (FOB) destination APG,
MD 21005-5001.(vi) Description of requirements:The Contractor shall provide one (1) each Particle Size and Shape Analyzer that meet the following characteristics:1. The unit shall include an optical image sensor module and a laser light scattering module for particle and shape analysis.2. The optical image sensor performs size analysis in the particle size range of one (1) micron (µm) to eight (8) millimeters (mm) and performs shape analysis in the particle size range of five (5) µm to eight (8) mm. Two (2) high resolution cameras are used for particles analysis. The system calibrates with National Institute of Standards Technology (NIST) traceable calibration reticle.3. Laser light scattering module performs size analysis in the particle size range of 0.01 micron (µm) to 5000 microns. +/- 0.6% of standard tolerance on the NIST-traceable polystyrene latex calibration standards. Automatic filling, circulating, draining and rinsing of sample with built-in fill pump and ultrasonic level sensor.4. Calculates Krumbein Roundness and Sphericity descriptors for proppants, sands, and other non-round, angular particles. (compliant with American Petroleum Institute-recommended practice 56 and American Section of the International Association (ASTM) D18-26 and International Organization for Standardization (ISO) 13503-2standards)5. Three (3)-Dimensional Scattergram display of particle properties (3-D Cloud)6. Includes a dry powder feeder and a wet dispersion module. Dry powder can be fed into the unit using gravity and compressed air. Wet pumping system is compatible with water, ethanol, and isopropanol.7. The system is capable of measuring metals, plastics and ceramic powders.8. The System is capable of utilizing as little as minimum of one (1) gram of powder to perform analysis9. The system is capable of producing a result reading within ten (10) minutes of analysis10. The system is capable of measuring settling velocity of individual particles in both wet and dry dispersions11. The Contractor shall provide onsite installation and onsite user training at Aberdeen Proving Ground (APG), MD.12. Can operate using United States standard electric outlet of 120 Voltage/60 Hertz13. The system is capable of self-cleaning after each measurement14. The system is capable of executing size and shape analysis simultaneously(vii) Delivery is required within 60 days after date of contract. Delivery shall be made to ARL Shipping and Receiving BLDG 434 APG, MD 21005-5001. Acceptance shall be performed at ARL, APG, MD. The FOB point is ARL, APG, 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(Lowest Price Technically Acceptable)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors.The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. 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 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 not be evaluated. The Contracting Officer determines that past performance need not be evaluated because the supplies being purchased are of a low complexity that past performance information would not make a substantial difference.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:FAR:52.203-3, Gratuities (Apr 1984)52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), Alternate I (Oct 1995).52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016)52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)52.219-6, Notice of Total Small Business Set-Aside (Nov 2011)52.219-8, Utilization of Small Business Concerns (Nov 2016)52.219-14, Limitations on Subcontracting (Jan 2017)52.219-28, Post-Award Small Business Program Representation (Jul 2013)52.222-3, Convict Labor (June 2003)52.222-19, Child Labor-Cooperation With Authorities and Remedies (Oct 2016)52.222-21, Prohibition of Segregated Facilities (Apr 2015)52.222-26, Equal Opportunity (Sep 2016)52.222-35, Equal Opportunity for Veterans (Oct 2015)52.222-36, Equal Opportunity for Workers With Disabilities (Jul 2014)52.222-37, Employment Reports on Veterans (Feb 2016)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, Restriction on Certain Foreign Purchases (Jun 2008)52.232-33, Payment by Electronic Funds Transfer-- System for Award Management (Jul. 2013)DFARS: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)252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (OCT 2016)252.204-7011, Alternative Line Item Structure (SEP 2011)252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016)252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations (JUNE 2015)252.215-7007 Notice of Intent to Resolicit (JUNE 2012)252.222-7007, Representation Regarding Combating Trafficking in Persons (JAN 2015)252.223-7008, Prohibition of Hexavalent Chromium (JUNE 2013)252.225-7012, Preference for Certain Domestic Commodities (DEC 2016)252.225-7035, Buy American-Free Trade Agreements-Balance of Payments Program Certificate-Basic (NOV 2014), Alternate I (NOV 2014)252.225-7036, Buy American-Free Trade Agreements-Balance of Payments Program Certificate-Basic (DEC 2016, Alternate I (DEC 2016)252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUNE 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 (JUNE 2013)252.247-7023, Transportation of Supplies by Sea (APR 2014)(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):52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (Apr 2014)52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011)52.204-7, System for Award Management (Oct 2016)52.204-16, Commercial and Government Entity Code Reporting (JUL 2015)52.204-17, Ownership or Control of Offeror (July 2016)52.204-18, Commercial and Government Entity Code Maintenance (JUL 2015)52.209-2, Prohibition On Contracting With Inverted Domestic Corporations--Representation (Nov 2015)52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015)52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 2017) Alternate I (Oct 2014)52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Oct 2015)52.232-18, Availability of Funds (APR 1984)52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)252.204-7000, Disclosure of Information (OCT 2016)252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (OCT 2016)252.225-7048, Export Controlled Items (JUNE 2013)Full Text Clauses:52.252-1, Solicitation Provisions Incorporated By Reference (FEB 1998)52.252-2, Clauses Incorporated by Reference (FEB 1998)252.211-7003, Item Unique Identification and Valuation (MAR 2016)252.232-7006, Wide Area Workflow Payment Instructions (MAY 2013)ACC - APG Point of ContactTechnical Point of ContactType of ContractDistribution Statement AGovernment Inspection and AcceptanceTax Exemption CertificateAdelphi Contracting Division WebsiteReceiving Room Requirement-APGARL-AT OPSEC(xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A.(xv) The following notes apply to this announcement: No contract financing payments will be available.(xvi) Offers are due on 15 September 2017, by 11:00 AM EST, by email to Jessica.r.camunez.civ@mail.mil(xvii) For information regarding this solicitation, please contact Jessica.r.camunez.civ@mail.mil 

2800 POWDER MILL RD ADELPHI , Maryland 20783-1197 United StatesLocation

Place Of Performance : 2800 POWDER MILL RD ADELPHI , Maryland 20783-1197 United States

Country : United StatesState : Maryland

Classification

334 -- Computer and Electronic Product Manufacturing/334516 -- Analytical Laboratory Instrument Manufacturing
naicsCode 334516Analytical Laboratory Instrument Manufacturing
pscCode 66INSTRUMENTS AND LABORATORY EQPT