Search Contract Opportunities

The U.S. Army Public Health Center (APHC), requires Quantity: 1. Quest Hi-E Dry 195 dehumidifier, and Quantity: 11. Quest CDG 174 dehumidifiers.

ID: W91ZLK22Q022 • Type: Synopsis Solicitation

Description

Synopsis:

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) 2022-06 effective 01 May 2022. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5 Simplified Procedures for Commercial Items. This requirement is being solicited as a Full and Open Competition by NAICS Code 333413 Industrial and Commercial Fan and Blower and Air Purification. The Government contemplates an award of a Firm-Fixed Price (FFP) type contract and will be evaluated based on Lowest Priced Technically Acceptable (LPTA); Lowest Priced

offer, that meets all the requirement listed in the Purchase Description (PD).

The synopsis/ solicitation number is W91ZLK-22-Q-0022 for the purchase of:

Quest Hi-E Dry 195 dehumidifier; Quantity: 1

Quest CDG 174 dehumidifier; Quantity: 11

The quoted amount provided by the vendor must include the following:

1. 1 Maintenance manual included at no cost

2. 1 One-year warranties included

3. 1 Five-year warranty for compressor, condenser, and evaporator included

4. 1 One Year Phone Assist included

5. Delivery Charges

For Specific information please refer to the attached Purchase Description.

Proposals shall be submitted as follows:

PRICE and TECHNICAL Proposal: Please submit detailed price proposal in accordance with the Purchase Description. The Price proposal shall clearly identify the firm fixed price unit prices.

Partial quotes will not be evaluated. Technical acceptability will be based on a proposal that meets all the requirements stated in the Purchase Description (PD). Technical proposal shall be rated as Acceptable, or Unacceptable. To receive consideration for award, Contractor shall achieve technically acceptable rating on all requirements listed in the PD.

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. For prospective offerors, to qualify as sources for this acquisition, offerors 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.

EVALUATION & BASIS FOR AWARD:

Basis for Award:

The Government intends to award one Firm-Fixed Price (FFP) contract to the Lowest Priced, Technically Acceptable (LPTA) proposal, in accordance with FAR 15.101-2. To receive consideration for award, a rating of Acceptable must be achieved for each of the technical factors.

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:

1. 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

2. 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

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

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

The provision at FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition.

  • The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposal.
  • 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.
  • By submitting a quote, the Contractor agrees to the notations identified in the Purchase Description.
  • All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM), https://beta.sam.gov/ database prior to award will not be considered. Vendors may register with SAM online at the website link provided.

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

In the event of equal low bids that are technically acceptable, awards shall be made first to:

1. Small Business Development 8(a) program participant with an active certification represented by NAICS Code 333413.

2. Small disadvantaged business concern represented by NAICS Code 333413.

3. Small Business represented by NAICS Code 333413.

4. Large Business.

Delivery: Contractor shall deliver within 30 Days after contract award.

Place of Delivery:

APHC Warehouse. U. S. Army Public Health Center (APHC), Logistics

8242 Blackhawk Road; Building E5165

Gunpowder, MD 21010.

For questions concerning this solicitation, contact Lenard Wright, Contract Specialist, via -mail at lenard.b.wright.civ@army.mil. All questions must be received by May 30, 2022, at 4:00 p.m. Eastern Time.

All quotations must be signed, dated, and submitted via email to lenard.b.wright.civ@mail.mil by June 8, 2022, at 4:00 p.m. Eastern Time. (Preferred method)

or via U.S. Mail at:

US Army Contracting Command- Aberdeen Proving Ground, Tenant Contracting Division

ATTN: Lenard Wright, C3-Pod 21

6565 Surveillance Loop, 3rd Floor. Room C3-111 Aberdeen Proving Ground, MD 21005

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:

52.203-7 Anti-Kickback Procedures JUN 2020

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020

52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities. JUL 2018

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. OCT2020

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. AUG2020

52.204-26 Covered Telecommunications Equipment or Services-- Representation. OCT 2020

52.209-2 Prohibition on Contracting with Inverted Domestic Corporations Representation NOV 2015

52.219-1 Alt I Small Business Program Representations (NOV 2020) Alternate I SEP 2015

52.219-28 Alt I Post-Award Small Business Program Representation (NOV2020) Alternate I MAR 2020

52.219-33 (Dev) Nonmanufacturer Rule (DEVIATION 2020-O0008) MAR 2020

52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products FEB 2021

52.222-50 Combating Trafficking in Persons OCT 2020

52.222-54 Employment Eligibility Verification OCT 2015

52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving. JUN 2020

52.225-13 Restrictions on Certain Foreign Purchases FEB 2021

52.225-18 Place of Manufacture AUG 2018

52.226-1 Utilization Of Indian Organizations And Indian-Owned Economic Enterprises JUN 2000

52.232-34 Payment By Electronic Funds Transfer--Other Than System for Award Management JUL 2013

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

52.244-6 Subcontracts for Commercial Items NOV 2020

52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998

252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011

252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013

252.204-7003 Control Of Government Personnel Work Product APR 1992

252.204-7006 Billing Instructions OCT 2005

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 D 2019

252.204-7018 Representation Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2021

252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism MAY 2019

252.232-7003 eectronic Submission of Payment Requests and Receiving Reports DEC 2018

252.232-7006 Wide Area WorkFlow Payment Instructions DEC 2018

252.244-7000 Subcontracts for Commercial Items JAN 2021

252.247-7023 Transportation of Supplies by Sea FEB 2019

Overview

Response Deadline
June 8, 2022, 4:00 p.m. EDT Past Due
Posted
May 23, 2022, 12:42 p.m. EDT
Set Aside
None
Place of Performance
Gunpowder, MD 21010 USA
Source
SAM

Current SBA Size Standard
500 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
On 5/23/22 ACC Aberdeen Proving Ground issued Synopsis Solicitation W91ZLK22Q022 for The U.S. Army Public Health Center (APHC), requires Quantity: 1. Quest Hi-E Dry 195 dehumidifier, and Quantity: 11. Quest CDG 174 dehumidifiers. due 6/8/22. The opportunity was issued full & open with NAICS 333413 and PSC 4460.
Primary Contact
Name
Lenard Wright   Profile
Phone
(443) 861-4745

Secondary Contact

Name
Sharon A. Gary   Profile
Phone
(443) 861-4719

Documents

Posted documents for Synopsis Solicitation W91ZLK22Q022

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W91ZLK22Q022

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W91ZLK22Q022

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-APG
FPDS Organization Code
2100-W91ZLK
Source Organization Code
500043680
Last Updated
May 23, 2022
Last Updated By
lenard.b.wright.civ@mail.mil
Archive Date
June 23, 2022