Wastewater Process System

Agency:
State: Maryland
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159593681575217
Posted Date: Feb 22, 2024
Due Date: Mar 1, 2024
Source: Members Only
Follow
Wastewater Process System
Active
Contract Opportunity
Notice ID
W91ZLK24Q0004
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG DIR
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 22, 2024 10:42 am EST
  • Original Date Offers Due: Mar 01, 2024 01:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6635 - PHYSICAL PROPERTIES TESTING AND INSPECTION
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Aberdeen Proving Ground , MD 21005
    USA
Description

This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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) 2024-02 effective 22 January 2024. The synopsis/ solicitation number is W91ZLK24Q0004 for the purchase of a Wastewater Process System.



The solicitation is for the purchase of a Wastewater Process System to filter wastewater from a dye penetrant inspection system that cannot be disposed of as normal wastewater due to contamination with oil, and other pollutants. This requirement and is being solicited for FULL AND OPEN COMPETITION represented by NAICS Code 334516 - Analytical Laboratory Instrument Manufacturing. The Government contemplates an award of a Firm-Fixed Price (FFP) type contract and will be evaluated on the basis of Lowest Priced offer that meets all the requirement listed in the Statement of Work (SOW) attached.



Description of Requirements: Please refer to the attached Statement of Work (SOW) for details of the requirement.



Evaluation and Basis for Award:



The Government intends to award one Firm-Fixed Price contract to the Lowest Priced, Technically Acceptable (LPTA) proposal, in accordance with FAR 15.101-2. Technical acceptability will be based on a proposal that meets all the requirements stated in the SOW attached. The award will be made to the technically acceptable vendor that provides the lowest delivered total price of the units combined of the contract.



Rejection of Offers: In accordance with FAR 52.212-1 (g) The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Examples include, but are not limited to, the following:



a. Offers that provide only a statement indicating its capability to comply with the RFP terms without support and elaboration as specified in volume instructions stated in this combined synopsis/solicitation; or



b. Offers that reflect an inherent lack of technical competence or a failure to comprehend the complexity and risks required to perform the requirements. This may include submission of a proposal which is abnormally high or low in Price (unbalanced pricing) or unattainable in terms of technical or schedule commitments: or



c. Offers that do not meet all the stated material requirements of this combined synopsis/solicitation; or



d. Offers that propose exceptions to the attachments, exhibits, enclosures, or other combined synopsis/solicitation terms and conditions.



Instructions to Offerors:



Please provide a price proposal with product description/ specification. Price proposal shall specify estimated delivery date after receipt of order, unit prices, extended prices, and shipping cost if applicable. Partial proposals will NOT be evaluated by the Government. The Government is not responsible for locating or securing any information which is not identified in the Proposals.



By submitting a proposal, the Contractor agrees to the notations identified in the SOW.



All proposals from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM), www.sam.gov, database prior to award will not be considered. Vendors may register with SAM online at the website link provided.



For questions concerning this solicitation, contact Patrick Drabinski, Purchasing Agent, via email at patrick.j.drabinski.civ@army.mil. All questions must be received NLT Thursday, 29 February 2024 at 1:00 p.m. Eastern Time.



All quotations must be signed, dated, and submitted via email to patrick.j.drabinski.civ@army.mil NLT Friday, 01 March 2024 at 1:00 p.m. Eastern Time.



The Government reserves the right to cancel the referenced solicitation if deemed to be in its best interest.



Award without Discussions: In accordance with FAR 52.212-l (g), the Government intends to evaluate proposals and award a contract without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror's initial proposal shall contain the Offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.



Determination of Responsibility: In accordance with FAR 9.103, contracts will be placed only with Contractors that the Contracting Officer determines to be responsible. Prospective offerors, in order to qualify as sources for this acquisition, must be able to demonstrate that they meet standards of responsibility set forth in FAR 9.104. No award shall be made to an Offeror who has been determined non-responsible by the Contracting Officer.



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 52.204-7 System for Award Management



FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Rep NOV 2015



FAR 52.209-10 – Prohibition on Contracting With Inverted Domestic Corporations.



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.



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 52.222-50 Combating Trafficking in Persons



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 52.233-3, Protest After Award



FAR 52.233-4, Applicable Law for Breach of Contract Claim



FAR 52.243-1, Changes- Fixed Price



FAR 52.246-2 -- Inspection of Supplies -- Fixed-Price



FAR 52.247-34 F.O.B. Destination



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 252-215-7007, Notice of Intent to Re-solicit



DFARS 252.223-7008, Prohibition of Hexavalent Chromium



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 252.243-7001 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



Exemption certificate No. 30005004 covers exemption from Maryland Retail sales and Use tax."




Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 6565 SURVEILLANCE LOOP
  • ABER PROV GRD , MD 21005-3013
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 22, 2024 10:42 am ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >