Maryland Bids > Bid Detail

Preventative maintenance and service of the PerkinElmer Inductively Coupled Plasma Mass Spectrometer to include one (1) 12-month base year period and two (2) subsequent 12-month option year periods.

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159809095138713
Posted Date: Apr 25, 2024
Due Date: May 2, 2024
Solicitation No: W911QX24Q0117
Source: https://sam.gov/opp/1e96f25167...
Follow
Preventative maintenance and service of the PerkinElmer Inductively Coupled Plasma Mass Spectrometer to include one (1) 12-month base year period and two (2) subsequent 12-month option year periods.
Active
Contract Opportunity
Notice ID
W911QX24Q0117
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 ADELPHI
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 25, 2024 01:02 pm EDT
  • Original Date Offers Due: May 02, 2024 11:59 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Aberdeen Proving Ground , MD 21005
    USA
Description

(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 PERKINELMER U.S., Unique Entity ID: EWU9WS6BMGT1, CAGE Code: 9GF26, 710 Bridgeport Avenue



Shelton, Connecticut, 06484-4797, United States. 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 W911QX24Q0117. This acquisition is issued as an Request for Quote (RFQ).



(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03.





(iv) The associated NAICS code is 811210. The small business size standard is is $34,000,000.00.





(v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):





CLIN 0001 (BASE) – 12-months - The contractor shall provide preventative maintenance service of the PerkinElmer Inductively Coupled Plasma Mass Spectrometer to include one (1) 12-month base year period of performance (PoP).





CLIN 0002 (OPTION YR 1) – 12-months - The contractor shall provide preventative maintenance service of the PerkinElmer Inductively Coupled Plasma Mass Spectrometer to include one (1) 12-month option year period of performance (PoP).





CLIN 0003 (OPTION YR 2) – 12-months - The contractor shall provide preventative maintenance service of the PerkinElmer Inductively Coupled Plasma Mass Spectrometer to include one (1) 12-month option year period of performance (PoP).





CLIN 0004 (DATA) - The Contractor shall submit all data requirements in accordance with the DD Form 1423.







(vi) Description of requirements: The Metals Branch of the Army Research Laboratory (ARL) requires preventative maintenance and service of the PerkinElmer Inductively Coupled Plasma Mass Spectrometer to include one (1) 12-month base year period and two (2) subsequent 12-month option year periods.



(vii) The period of performance is one (1) 12-month base year with two (2) subsequent 12-month option year periods starting the day of contract award. The performance of the preventative maintenance shall occur at Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at Aberdeen Proving Ground, MD 21005. The FOB point is U.S. Army Research Laboratory, Aberdeen Proving Ground, and MD.





(viii) The provision at 52.212-1, Instructions to Offerors – Commercial, 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 52.212-5, 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 (JUN 2020)



52.209-6 PROTECTING THE GOVERNMENT’ INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021)



52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (MAR 2023)



52.222-3 CONVICT LABOR (JUN 2003)



52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015)



52.222-26 EQUAL OPPORTUNITY (SEP 2016)



52.222-35 EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)



52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)



52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016)



52.222-50 COMBATING TRAFFICKING IN PERSONS (NOV 2021)



52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (JUN 2020)



52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)



52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (FEB 2021)



52.232-33 Payment by Electronic Funds Transfer—System for Award Management (OCT 2018)



52.232-36 PAYMENT BY THIRD PARTY (MAY 2014)



52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)





(xi) 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):





52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)



52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)



52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020)



52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)



52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV



52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)



52.204-27 PROHIBITION ON BYTEDANCE COVERED APPLICATION (Jun 2023)



52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment (NOV 2021)



52.204-26 Covered Telecommunications Equipment or Services—Representation (OCT 2020)



52.204-27 Prohibition on a ByteDance Covered Application (JUN 2020)



52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)



52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (NOV 2021)



52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE



52.252-2 CLAUSES INCORPORATED BY REFERENCE



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



252.203-7002 Requirement to Inform Employees of Whistleblower Rights (DEC 2022)



252.203-7005 Representation Relating to Compensation of Former DoD Officials (SEP 2022)



252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016)



252.204-7003 Control of Government Personnel Work Product (APR 1992)



252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023)



252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (JAN 2023)



252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation (DEC 2019)



252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (MAY 2021)



252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023)



252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (MAR 2022)



252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006)



252.244-7000 Subcontracts for Commercial Products or Commercial Services (NOV 2023)



252.211-7003 ITEM IDENTIFICATION AND VALUATION (JAN 2023)



252.225-7007 PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES (DEC 2018)



252.225-7048 EXPORT-CONTROLLED ITEMS (JUNE 2013)



252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018)



252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)







ACC - APG POINT OF CONTACT



TECHNICAL POINT OF CONTACT



TYPE OF CONTRACT



AT-OPSEC REQUIREMENTS



DISTRIBUTION STATEMENT A



GOV INSPECTION AND ACCEPTANCE



EXERCISE OF OPTION



PAYMENT OFFICE (BANKCARD)



TAX EXEMPTION CERTIFICATE (ARL)



PAYMENT INSTRUCTIONS



SUPERVISION OF EMPLOYEES



WORK HOURS



ID OF CONTRACTOR EMPLOYEES



GOV’T-CONTRACTOR RELATIONSHIPS



DD FORM 1423



DFARS COMMERCIAL CLAUSES



EXCEPTIONS IN PROPOSAL



AWARD OF CONTRACT



ADELPHI CONTR. DIVISION URL



FOREIGN NATIONALS PERFORMING



PAYMENT TERMS







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





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





(xvi) Offers are due 02 May 2024 by 11:59 AM ET, by email to Contract Specialist Dowling Zachary zachary.a.dowling2.civ@army.mil or Acquisition Specialist, Alex Gilliam alex.p.gilliam.ctr@army.mil





(xvii) For information regarding this solicitation, please contact For information regarding this solicitation, please contact Contract Specialist Dowling Zachary zachary.a.dowling2.civ@army.mil or Acquisition Specialist, Alex Gilliam alex.p.gilliam.ctr@army.mil


Attachments/Links
Contact Information
Contracting Office Address
  • KO BLDG 102 AMSSB ACC 2800 POWDER MILL RD
  • ADELPHI , MD 20783-1197
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 25, 2024 01:02 pm EDTCombined 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 >