The solicitation number is W912HZ-19-Q-4693 and this solicitation is issued as a request for quote (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2019-03. This procurement is 100% set aside for small businesses under NAICS code 334513- Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables with a size standard of 750 employees.
The US Army Engineer Research and Development Center (ERDC), Vicksburg, Mississippi is soliciting quotes for the purchase of one Brand name Sequoia Scientific, Inc. LISST 200x (Laser In-Situ Scattering and Transmissometery) with the option to purchase four additional units. The Brand name justification is attached.
Specifications for instrument:
-Submersible laser-diffraction instrument used in both fresh and marine environments, including rivers, ports, harbors, coasts, and oceans. It also measures the small-angle optical volume scattering function (VSF).
-Measures particle size and concentration (range: 1.0 to 500 microns in 36 size ranges)
-Small angle VSF: 0.0039 to 13.8 degrees
-Depth range of 600 meters with a 0.01 meter resolution
-Plug and play compatible with most CTDs
-Temperature resolution of 0.01 degree C
-Optical transmission at 0.1% resolution
-Volume concentration resolution at 0.1 ul/l
-Volume scattering function from 0.039 to 13.8 degrees in water
-Instrument is suitable for both lab and open water
The quote provided must include separate costs for:
Base Unit
Additional units- Up to 4
Quote must include all cost, including delivery for each unit.
Delivery Location:
USACE ERDC
3909 Halls Ferry Road
Vicksburg, MS 39180
Delivery Date:
Units must be shipped by 30 September 2019.
The following FAR clauses and provisions apply to this combined synopsis/solicitation:
52.204-7 System For Award Management; 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards; 52.204-13 System For Award Management Maintenance; 52.204-19 Incorporation by Reference of Representations and Certifications; 52.212-1 Instructions to Offerors - Commercial Items; 52.212-2 Evaluation -- Commercial Items;52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items; 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-25 Prohibition On Engaging In Sanctioned Activities Relating To Iran-Certification;; 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials; 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights; 252.203-7005 Representation Relating To Compensation Of Former DoD Officials; 252.204-7003 Control Of Government Personnel Work Product; 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.225-7001 Buy American And Balance Of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies On Contract Payments; 252.247-7023 Transportation of Supplies by Sea; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference
Only one Firm-Fixed- Price award using FAR Part 12 procedures. The contract will be awarded on a Lowest Price Technically Acceptable (LPTA) basis. The Government intends to award without discussions, however, reserves the right to hold discussions, if necessary. Therefore, offerors should provide their best possible proposal from a technical and pricing standpoint.
Send quotes via email to [email protected]. Copies of FAR clauses/provisions may be accessed via the internet at http://farsite.hill.af.mil/.
Lack of registration in the SAM database will make an offeror ineligible for award.
Quotes are due on 5 August2019 at 12:00 p.m. Central Standard Time and may be submitted electronically via email, providing that they are complete and provide all required information to: [email protected]. Information concerning this solicitation may be addressed via email.
The Contractor is responsible for reading all information contained in this solicitation and all attachments if any posted with it. Offerors should check the FedBizOpps web site often for a new solicitation and/or modifications to this solicitation.