Massachusetts Bids > Bid Detail

Semi-automatic Lab Scale Screen Printer with Necessary Accessories for Operation

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159431529312037
Posted Date: Jun 1, 2023
Due Date: Jun 8, 2023
Solicitation No: W911QY23R1018
Source: https://sam.gov/opp/2a9b7e5657...
Follow
Semi-automatic Lab Scale Screen Printer with Necessary Accessories for Operation
Active
Contract Opportunity
Notice ID
W911QY23R1018
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 NATICK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jun 01, 2023 07:21 am EDT
  • Original Published Date: May 09, 2023 03:31 pm EDT
  • Updated Date Offers Due: Jun 08, 2023 03:00 pm EDT
  • Original Date Offers Due: Jun 08, 2023 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jun 23, 2023
  • Original Inactive Date: Jun 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 323113 - Commercial Screen Printing
  • Place of Performance:
    Natick , MA 01760
    USA
Description View Changes

6/1/2023: Received question from Industry.



Q: Will this semi-automatic screen printer be used for apparels or products (i.e. bottles)?



A: The primary use will be for screen printing directly on fabrics or polymer films. However, we are also looking into screen printing into other substrates for sensor development (for instance paper for paper-based sensors).



5/30/2023: Received question from Industry



Q: Would a pneumatic component that requires an air compressor for the system’s operation be acceptable for this requirement?



A: A pneumatic component would not be acceptable for this requirement as it would increase the noise in the lab space which may interfere with noise sensitive equipment or printing of small features.



(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.



(ii) This solicitation, number W911QY23R1018, is issued as a Request for Quotation (RFQ) for a Firm-Fixed-Price (FFP) contract for a semi-automatic screen printer with the necessary accessories for operation.



(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-03 effective 26 April 2023.



(iv) This is a 100% small business set-aside. The associated North American Industrial Classification System (NAICS) code for this acquisition is 323113 – Commercial Screen Printing with a small business size standard of 500 employees. The Awardee must have the applicable NAICS code in its System for Award Management (SAM) assertions. The applicable PSC is 6640 – Laboratory Equipment and Supplies.



(v) Line item numbers and items, quantities and units of measure are as follows:



1. CLIN 0001 – One (1) semi-automatic lab scale screen printer with the necessary power cords and accessories for operation in accordance with the attached List of Salient Characteristics.



(g) Vendor quotation shall include any/all shipping costs to the US Army CCDC Soldier Center, General Greene Ave, Natick MA 01760.



(h) Shipping may either be included in the price of the items in each CLIN OR broken out into a separate CLIN, however, it is the responsibility of the offeror to specify. If not specified, it will be assumed to be included in the price of each CLIN without further recourse from the offeror.



(vi) The Department of the Army, Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Natick Division requires the above semi-automatic lab scale screen printer with the necessary accessories. This combined synopsis/solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.



(vii) Delivery is required as soon as possible, offerors should provide their best/earliest delivery date available to The US Army CCDC Soldier Center, General Greene Ave, Natick MA 01760. Delivery Inspection and Acceptance by the Government at FOB Destination.



(viii) The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition and is incorporated by reference into this RFQ.



(ix) Proposals will be evaluated IAW FAR 15.101-1 Tradeoff Process. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered.



The following factors shall be used to evaluate offers:



(i) Technical capability of product and accessories offered to meet Government requirements:



1. Please see the attached List of Salient Characteristics for technical requirements.



(ii) Price: Items shall be priced with quantities and unit prices. A total price shall be included that details all items being purchased including shipping.



The Government intends to award a contract without discussions with the Offeror but reserves the right to conduct discussions if determined to be in the best interest of the Government.



(x) A completed copy of the provision at 52.212-3 (Dev) Offeror Representations and Certifications – Commercial Products and Commercial Services (Deviation 2023-O0002) shall be submitted with the offer.



(xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and is incorporated by reference into this RFQ.



(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Products and Commercial Services, applies to this acquisition and is incorporated by reference into this RFQ. The following additional FAR clauses cited in the clause are applicable to the acquisition:



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



52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021)



52.219-6, Notice of Total Small Business Set-Aside (NOV 2020)



52.219-28, Post-Award Small Business Program Representation (MAR 2023)



52.222-3, Convict Labor (JUN 2003)



52.222-19, Child Labor--Cooperation with Authorities and Remedies (DEC 2022)



52.222-21, Prohibition of Segregated Facilities (APR 2015)



52.222-26, Equal Opportunity (SEP 2016)



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



52.222-50, Combating Trafficking in Persons (NOV 2021)



52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)



52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021)



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



(xiii) The following additional FAR and DFARS provisions and clauses apply to this acquisition and are incorporated by reference:



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)



52.204-17, Ownership or Control of Offeror (AUG 2020)



52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020)



52.204-19, Incorporation by Reference of Representations and Certifications (DEC 2014)



52.204-20, Predecessor of Offeror (AUG 2020)



52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)



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



52.222-22, Previous Contracts And Compliance Reports (FEB 1999)



52.222-25, Affirmative Action Compliance (APR 1984)



52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals – Representation (DEC 2016)



52.232-8, Discounts For Prompt Payment (FEB 2002)



52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013)



52.247-34, F.O.B. Destination (NOV 1991)



52.252-1, Solicitation Provisions Incorporated By Reference (FEB 1998)



52.252-2, Clauses Incorporated By Reference (FEB 1998)



52.252-5, Authorized Deviations in Provisions (NOV 2020)



52.252-6, Authorized Deviations in Clauses (NOV 2020)



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)



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



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



252.204-7016, 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)



252.211-7003, Item Unique Identification and Valuation (JAN 2023)



252.223-7008, Prohibition of Hexavalent Chromium (JAN 2023)



252.225-7002, Qualifying Country Sources As Subcontractors (MAR 2022)



252.225-7012, Preference For Certain Domestic Commodities (APR 2022)



252.225-7036, Buy American--Free Trade Agreements--Balance of Payments Program—Basic (JAN 2023)



252.225-7048, Export-Controlled Items (JUN 2013)



252.225-7055, Representation Regarding Business Operations with the Maduro Regime (MAY 2022)



252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023)



252.225-7972 (Dev), Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (DEVIATION 2020-O0015) (MAY 2020)



252.225-7973 (Dev), Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems - Representation (DEVIATION 2020-O0015) (MAY 2020)



252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)



252.232-7006, Wide Area Workflow Payment Instructions (JAN 2023)



252.232-7010, Levies on Contract Payments (DEC 2006)



252.243-7001, Pricing Of Contract Modifications (DEC 1991)



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



252.246-7008, Sources of Electronic Parts (JAN 2023)



252.247-7023, Transportation of Supplies by Sea (JAN 2023)



This contract incorporates one or more clauses by reference, the full text of a clause may be accessed electronically at: https://www.acquisition.gov/



(xiv) A Defense Priorities and Allocations System (DPAS) rating is not applicable to this acquisition.



(xv) Quotations shall be submitted electronically to Martina Biro via email at alexandra.m.biro2.civ@army.mil. All quotations are due 8 June 2023 by 1500 EST. Quotations will only be accepted electronically via the email address provided above.



All questions related to this RFQ shall be submitted in writing not later than 1 June 2023 by 1500 EST to Martina Biro via email at alexandra.m.biro2.civ@army.mil.



(xvi) For information regarding this combined synopsis/solicitation, please contact:



Martina Biro, Contract Specialist



Email: alexandra.m.biro2.civ@army.mil


Attachments/Links
Attachments
Document File Size Access Updated Date
List of Salient Characteristics - Screen Printer.docx (opens in new window)
28 KB
Public
May 09, 2023
file uploads

Contact Information
Contracting Office Address
  • 10 GENERAL GREENE AVE
  • NATICK , MA 01760-5011
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >