The combined synopsis/solicitation number is W91ZLK-19-Q-0089. This solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 90-31. This requirement is a unrestricted solicitation. The associated North America Industry Classification System (NAICS) Code is 334511 - Acceleration Indicators and Systems components, aerospace type, manufacturing and the Business Size Standard is 750 Employees. This solicitation is a requirement to procure Alicat Mass Flowmeter, Fitting ¼, Fitting 1/8 Barb. To execute transfer standard in order to obtain constant sampling rates for the Volatile Organic Compound (VOC) sample canister and flow controller that meets the US EPA Compendium Method TO-14a and TO-15 requirements. The Government contemplates award on a Firm-Fixed Price (FFP) Purchase Order. In accordance with the specifications using Federal Acquisition Regulation FAR 13.106-3 (a) (11).
NOTES to Offerors: Offers shall note the lead time or approximate delivery date for items offered.
Acceptance shall be at destination.
Shipping shall be FOB Destination to:
US Army Public Health Center
8242 Blackhawk Road
E-5165 MCHB-BUS-LOG
APG-EA, MD. 21010-5422
Description of the Requirement: US Public Health Command (PHC) is requesting the purchase of a MB-50SCCM-D/5M, GAS: Air Mass Flowmeter. This meter will be used to transfer standard in order to obtain constant sampling rates for the Volatile Organic Compound (VOC) sample canister and flow controller that meets the US EPA Compendium Method TO-14a and TO-15 requirements.
The following are the items and quantities required:
CLIN 0001 - Alicat Mass Flowmeter, MB-50SCCM-D-30PSIA/5M, GAS: Air - 10 each
CLIN 0002 - Fitting, 1/8NPT X ¼ Barb SS316 - 10 each
CLIN 0003 - Fitting, 1/8NPT X 1/8 Barb SS316 - 10 each
**Please see the attached specifications*****
Requirement:
The provision at FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition.
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 lowest price technically acceptable (LPTA) process described in FAR 15.101-2 will be used, meaning the award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards.
The technical evaluation will be a determination based on information furnished by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. In order to be considered technically acceptable, Contractor responses must provide:
a. Information in enough detail to show that the Contractor is able to meet the requirements.
b. Point of contact name and contact information, company CAGE code, DUNS number, and TIN.
Partial quotes will not be evaluated by the Government.
SUBMISSION PROCEDURES:
All questions regarding this solicitation must be submitted to Olga M. Hairston via email no later than 10:00 a.m. Eastern Time, 18 July 2019, to olga.m.hairston.civ@mail.mil.
Responses to this solicitation must be signed, dated, and received no later than 10:00 a.m. Eastern Time, 18 July 2019. Responses must be sent by email directly to the Purchasing Agent, Olga M. Hairston @ olga.m.hairston.civ@mail.mil. All quotations from responsible sources will be fully considered. Contractors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Contractors may register with SAM online for free at www.sam.gov.
FAR 52.252-1 - Solicitation Provisions Incorporated by Reference:
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 the following address: http://farsite.hill.af.mil.
The following clauses and provisions are incorporated by reference:
FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I
FAR 52.204-7, System for Award Management
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-13, System for Award Management Maintenance
FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.212-1, Instructions to Offerors- Commercial Items
FAR 52.212-2, Evaluation- Commercial Items
FAR 52.212-3, Offeror Representations and Certifications - Commercial Items
FAR 52.212-4, Contract Terms and Conditions - Commercial Items
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Deviation 2013-O0019)
FAR 52.219-6, Notice of Total Small Business Set-Aside
FAR 52.219-8, Utilization of Small Business Concerns
FAR 52.219-13, Notice of Set-Aside of Orders
FAR 52.219-14, Limitations on Subcontracting
FAR 52.219-28, Post-Award Small Business Program Representation
FAR 52.222-3, Convict Labor
FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies
FAR 52.222-21, Prohibition of Segregated Facilities
FAR 52.222-26, Equal Opportunity
FAR 52.222-35, Equal Opportunity for Veterans
FAR 52.222-36, Affirmative Action for Workers with Disabilities
FAR 52.222-37, Employment Reports on Veterans
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management
FAR 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52.233-1, Disputes
FAR 52.233-2, Service of Protest
FAR 52.233-3, Protest After Award
FAR 52.233-4, Applicable Law for Breach of Contract Claim
FAR 52.239-1, Privacy or Security Safeguards
FAR 52.243-1, Changes- Fixed Prices
FAR 52.247-34, FOB- Destination
FAR 52.249-8, Default (Fixed-Price Supply and Service)
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
DFARS 252.204-7003, Control of Government Personnel Work Product
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors
DFARS 252-211-7003, Item Identification and Valuation
DFARS 252.216-7006, Ordering
DFARS 252.225-7012, Preference for Certain Domestic Commodities
DFARS 252.225-7048, Export-Controlled Items
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.243-7002, Requests for Equitable Adjustment
DFARS 252.243-7001, Pricing of Contract Modifications
DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.247-7023, Transportation of Supplies by Sea
EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax.
AMC-LEVEL PROTEST PROGRAM (AUG 2012)
ACC-APG 5152.233-4900
If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer.
However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to:
Headquarters U.S. Army Materiel Command
Office of Command Counsel-Deputy Command Counsel 4400 Martin Road
Rm: A6SE040.001
Redstone Arsenal, AL 35898-5000
Phone: (256) 450-8165
Fax: (256) 450-8840
E-mail: amcprotests@conus.army.mil
The AMC-Level Protest Procedures are accessible via the Internet at:
www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures.
For questions concerning this solicitation, contact Olga M. Hairston, Purchasing Agent, at olga.m.hairston.civ@mail.mil.
TELEPHONE REQUESTS WILL NOT BE HONORED.
Olga M. Hairston, Purchasing Agent, Phone 4438614718, Email olga.m.hairston.civ@mail.mil