Federal Bid

Last Updated on 19 Oct 2015 at 8 AM
Combined Synopsis/Solicitation
Aberdeen proving ground Maryland

99--Extech Meters

Solicitation ID W91ZLK-15-T-MC15
Posted Date 20 Aug 2015 at 11 AM
Archive Date 19 Oct 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Aberdeen proving ground Maryland United states 21010
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.

Solicitation Number: W91ZLK-15-T-MC15
Extech HD 350 Differential Pressure Manometer
and
Extech M0290 Inspector Pro 8-in1 Moisture Meter
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; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-81 (10 April 2015). The solicitation number for this requirement is W91ZLK-15-T-MC15. This requirement has been deemed a 100% small business set aside under the associated North American Industry Classification System (NAICS) Code 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, which has a business size standard of 500 employees. The Government contemplates the award of a Firm-Fixed-Price (FFP) purchase order with delivery within 30 days of award. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13. This requirement is for the purchase and delivery of the following:

CLIN 0001: Extech HD 350 Differential Pressure Manometer. QTY: 40
The Extech HD 350 differential pressure manometer ensures that room (or lab) is under negative or positive pressure depending on the hazard or use of the room. Required technical specifications:
1. Pitot tube anemometer measurements for air velocity and air flow (volume)
2. Manometer (differential pressure) measurements
3. Simultaneous display of air flow or air velocity, temperature, and pressure
4. Five (5) selectable pressure units of measure
5. Record up to ninety-nine (99) readings (in meter's internal memory) for each of three measurement types (air velocity, air flow and pressure) for a total of 297 readings
6. USB port for connection to a personal computer (PC) for real time datalogging of up to 5500 readings stored on the PC
7. Large backlit LCD display
8. Data hold and maximum, minimum, average memory (MIN/MAX/AVG)
9. Auto power OFF (can be disengaged)

CLIN 0002: Extech M0290 Inspector Pro 8-in-1 Moisture Meter QTY: 57
The Extech M0290 Inspector Pro 8-in-1 Moisture Meter measures humidity and air temperature (with built-in probe), plus non-contact Infrared temperature on surfaces. Pinless moisture sensor allows user to monitor moisture in wood and other materials with no surface damage. Instrument is used when conducting Indoor Air Quality surveys and helps determine where source of moisture and if mold is an issue.
1. Remote pin-type probe for contact moisture readings (3ft/0.9m cable length)
2. Select from multiple wood types and measurement ranges
3. Easy to read large dual display with backlit feature
4. Simultaneously displays % moisture of wood or material being tested and air temperature, IR temperature, or humidity
5. Pinless measurement depth to 0.75 quote mark (19mm) below the surface
6. Non-contact infrared thermometer with 8:1 distance to spot ratio and 0.95 fixed emissivity
7. Built-in humidity/temperature probe measures relative humidity, air temperature plus grains per pound (GPP), dew point (DP), and vapor pressure
8. Programmable high/low moisture and humidity alarms
9. Automatic calculation of differential temperature (IR-DP) to determine condensation point
10. Min/max and data hold, auto power off

The items required above are quote mark brand name only quote mark to the Extech brand name manufacturer and a brand name only justification has been prepared and a redacted version is attached to this request for quotations in accordance with FAR 5.102(a)(6).
INSTRUCTIONS AND INFORMATION TO OFFERORS:
Supplies will be delivered FOB Destination to Aberdeen Proving Ground, MD 21005. The Contractor shall round any estimated shipping charges into unit prices and shall not charge shipping on a separate line item.
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 for non-cost factors.
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. Detailed information showing that the Contractor is able to meet each of the specifications outlined in the CLIN descriptions above;
b. Unit prices for each of the CLINs as broken out above; and
c. 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 the Purchasing Agent via email no later than 3:00 p.m. Eastern Time, 1 September 2015, to [email protected]
Responses to this solicitation must be signed, dated, and received no later than 3:00 p.m. Eastern Time, 1 September 2015. Responses must be sent by email directly to the Purchasing Agent, Mary Cheek, at [email protected].
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.
Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer.
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 Price
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 252.223-7008, Prohibition of Hexavalent Chromium
DFARS 252.225-7012, Preference for Certain Domestic Commodities
DFARS 252.225-7048, Export-Controlled Items
DFARS 252.226-7001, Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns
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 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
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 (OCT 2012) ACC-APG 5152.229-4900 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: [email protected]

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 CPT Masiray A. Kallay, Contract Specialist, via email at [email protected].

TELEPHONE REQUESTS WILL NOT BE HONORED.



Bid Protests Not Available

Similar Opportunities

Lyons Georgia 16 Jul 2025 at 3 PM
Pennsylvania 28 Jul 2025 at 4 AM (estimated)
Pennsylvania 28 Jul 2025 at 4 AM (estimated)
Georgia 17 Jul 2025 at 7 PM