Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 08, 2025 SAM #8595
SOLICITATION NOTICE

66 -- ASTREE Electronic Tongue Liquid & Taste Analyzer.

Notice Date
6/6/2025 1:51:36 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
W6QK ACC-APG DIR ABER PROV GRD MD 21005 USA
 
ZIP Code
21005
 
Solicitation Number
W91ZLK25QA008
 
Response Due
6/26/2025 11:00:00 AM
 
Archive Date
07/11/2025
 
Point of Contact
Lenard Wright
 
E-Mail Address
lenard.b.wright.civ@mail.mil
(lenard.b.wright.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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) FAC 2025-03 January 17, 2025. The synopsis/ solicitation number: W91ZLK25QA008. The U.S. Army Combat Capabilities Development Command (DEVCOM) Chemical Biological Center (CBC), CSAC requires Electronic Tongue Liquid & Taste Analyzer to perform Chemical threats analysis. This instrument is essential to utilize in various settings that will provide accurate taste data that addresses the requirement for the CSAC mission. Quantity: 1 Each. ASTREE Electronic Tongue Liquid & Taste Analyzer ASTREE with 48-position autosampler - Qwerty PC - Start-up and maintenance kits Quantity: 1 ASTREE Electronic Tongue V5 unit LS48 Liquid Autosampler unit Start-up kit ASTREE LS48 (sensor array 6) Maintenance kit ASTREE V5 (sensor array 6) AlphaSoft current version for ASTREE E-tongue Desktop computer (qwerty) with Alphasoft installed Installation and training Quantity: 3 days For Specific information please refer to the attached Purchase Description Document. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13 Simplified Procedures for Commercial Items. This requirement is being solicited under NAICS Code: 334516. PSC Code: 6640, Laboratory Equipment and Supplies. The Government contemplates an award of a Firm-Fixed Price (FFP) type contract that will be evaluated based on Lowest Priced offer that meets all the technical requirement listed in the purchase Description (PD). Quotes shall be submitted as price and technical: Please submit price Quotes in accordance with the purchase description (PD) document. The Price proposal shall include shipping and clearly identify the firm fixed price unit prices. Offeror's price quotes will be evaluated based on the applicable criteria in FAR 15.404-1. Partial quotes will not be evaluated. Technical acceptability will be based on a quote that meets all the requirements stated in the purchase description (PD). Technical quotations shall be rated as Acceptable, or Unacceptable. to receive consideration for award. 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. Instructions to Offerors: Contracts shall be awarded in the following order of priority when two or more low bids are equal in all respects: Small business Developmental Program 8(a) active participant. Small business socioeconomic contracting programs participants. Other Small business concerns. 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 quote. 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 (PD). All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM), https://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. For questions concerning this solicitation, contact Lenard Wright, Contract Specialist, via e-mail at lenard.b.wright.civ@army.mil. All questions must be received by June 16, 2025, at 2:00 p.m. Eastern Standard Time. All quotations must be signed, dated, and submitted via email to lenard.b.wright.civ@army.mil by June 26, 2025, at 2:00 p.m. Eastern Standard Time. (Preferred method) This solicitation incorporates one or more solicitation provisions by reference, with the 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. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://acquisition.gov. The following clauses and provisions are incorporated by reference: FAR 52.204-7 System for Award Management FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation. FAR 52.204-27 Prohibition on a ByteDance Covered Application 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 Products and Commercial Services (Jan 2025). 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 DFARS 252.225-7007 Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies DEC 2018.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d4cade8ec1d642c09d08ddbfcca5a2ac/view)
 
Place of Performance
Address: Gunpowder, MD 21010, USA
Zip Code: 21010
Country: USA
 
Record
SN07469350-F 20250608/250606230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.