Federal Bid

Last Updated on 28 Sep 2019 at 8 AM
Combined Synopsis/Solicitation
Johnson Vermont

COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS One (1) DAC400.2 Vac, Programmable SpeedMixer

Solicitation ID W911QX-19-Q-0227
Posted Date 10 Sep 2019 at 7 PM
Archive Date 28 Sep 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Johnson Vermont United states
 

COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS

 

1.  Class Code: 66

 

2.  NAICS Code:  334516

 

3.  Subject:  One (1) DAC400.2 Vac, Programmable SpeedMixer, Part Number (PN):  7011 VAC, One (1) Stand for Vacuum Machine;  PN:  407 8001, One (1) 400 Max 200 Holder ;  PN:  400 120, One (1) 400 Max 100 Holder;  PN:  400 121, One (1) Vacuum Pump and Accessories; PN:  6000 and One (1) Shipping and Handling to Aberdeen Proving Ground, MD 21005-5066

 

4.  Solicitation Number: W911QX19Q0227

 

5.  Set-Aside Code: N/A

 

6.  Response Date: Three (3) days after posting date by 5:00 PM ET

 

7.  Place of Delivery/Performance: 

U.S. Army Research Laboratory (ARL)

                                    6375 Johnson Road, Building 321

                                    Aberdeen Proving Ground (APG), MD

                                    21005 U.S.

 

 

8. 

                        (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.

 

INTENT TO SOLICIT ONLY ONE SOURCE

 

The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i).  The name of the company the Government intends to award a contract to is FlackTek, Inc., 1708 ighway 11 Bldg. G, Landrum, SC, 29356.  This notice of intent is not a request for competitive proposals.  However, the Government will consider all proposals received prior to the closing date and time of this solicitation.

 

                        (ii)  The solicitation number is W911QX19Q0227.  This acquisition is issued as a Request for Quotation (RFQ).

                        (iii)  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05.

 

                        (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):  {insert CLIN No(s)., DESCRIPTION(s); QTY(s); and UNIT(s).}

 

CLIN 0001 One (1)  EACH DAC400.2 Vac, Programmable SpeedMixer, Part Number (PN):  7011 VAC (FFP)

 

CLIN 0002 One (1) EACH Stand for Vacuum Machine;  PN:  407 8001 (FFP)

 

CLIN 0003 One (1) EACH 400 Max 200 Holder;  PN:  400 120 (FFP)

 

CLIN 0004 One (1) EACH 400 Max 100 Holder;  PN:  400 121(FFP)

 

CLIN 0005 One (1) EACH Vacuum Pump and Accessories; PN:  6000 (FFP)

 

CLIN 0006 One (1) Shipping and Handling to Aberdeen Proving Ground, MD 21005-5066 (FFP)

 

                        (vi)  Description of requirements: One (1) DAC400.2 Vac, Programmable SpeedMixer, Part Number (PN):  7011 VAC, One (1) Stand for Vacuum Machine;  PN:  407 8001, One (1) 400 Max 200 Holder ;  PN:  400 120, One (1) 400 Max 100 Holder;  PN:  400 121, One (1) Vacuum Pump and Accessories; PN:  6000 and One (1) Shipping and Handling to Aberdeen Proving Ground, MD 21005-5066

 

                        (vii) Delivery is required by six (6) weeks after receipt of order (ARO).  Delivery shall be made to the U.S. ARL, APG, MD 21005.  Acceptance shall be performed at the U.S. ARL, APG, MD 21005.  The FOB point is U.S.  ARL, APG, MD 21005.

 

                        (viii) The provision at 52.212-1, Instructions to Offerors - Commercial DEVIATION 2018-O0018, applies to this acquisition.  The following addenda have been attached to this provision: NONE

 

                        (ix)  Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.

 

                        (x)  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.

 

                        (xi)  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:

 

52.204-10      REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016)

 

52.219.28      POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013)

 

52.222-3        CONVICT LABOR (JUN 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)

 

52.222-36      AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)

 

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      RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)

 

52.232-33      PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013)

 

52.232-36      PAYMENT BY THIRD PARTY (MAY 2014)

           

 

                        (xii)  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):

 

52.204-16                  COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016)

 

52.204-18                  COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016)

 

52.232-40                  PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)

 

52.252-1                    CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

 

52.252-2                    CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

 

252.203-7000           REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)

 

252.204-7000           DISCLOSURE OF INFORMATION (OCT 2016)

 

252.211-7003           ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)

 

252.232-7003           ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)

 

252.232-7006           WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)

 

ACC - APG POINT OF CONTACT 

TECHNICAL POINT OF CONTACT 

TYPE OF CONTRACT

GOV INSPECTION AND ACCEPTANCE

PAYMENT OFFICE (BANKCARD)

TAX EXEMPTION CERT. (ARL)

PAYMENT INSTRUCTIONS

RECEIVING ROOM - APG

DFARS COMMERCIAL CLAUSES

EXCEPTIONS IN PROPOSAL

AWARD OF CONTRACT

ADELPHI CONTR. DIVISION URL

FOREIGN NATIONALS PERFORMING

PAYMENT TERMS

 

 

                        (xiii)  This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A

 

                        (xiv)  The following notes apply to this announcement:  In accordance with FAR 32.003, contract financing cannot be provided for this acquisition.

 

                        (xvi)  Offers are due three (3) days after date of posting by 5:00 PM ET by email to Contract Specialist, Douglas Dennard (301) 394-3371. [email protected]

 

                        (xvii)  For information regarding this solicitation, please contact Douglas Dennard, (301) 394-3371, [email protected]

 

 

Contracting Officer:

Joseph Dellinger

 

Bid Protests Not Available

Similar Past Bids

Eglin air force base Florida 26 Jan 2018 at 4 PM
Glenside Pennsylvania 01 May 2024 at 8 PM
Lyndon Vermont 26 Jun 2019 at 6 PM
Monterey California 21 May 2020 at 5 PM
Johnson Vermont 05 Apr 2019 at 6 PM

Similar Opportunities

Pennsylvania 18 Jul 2025 at 4 AM (estimated)
Pennsylvania 18 Jul 2025 at 4 AM (estimated)
Johnson Tennessee 17 Jul 2025 at 6 PM