To place a bid or register go to Unison Marketplace

View Details for Buy # 1128071_01

View Other Versions: 1128071 

General Buy Information

Buy #: 1128071_01  
Solicitation #: SNAPRFQ-R6-23-13122-1030
Buy Description: XRF Analyzer
Category: 66 -- Instruments and Laboratory Equipment
Sub Category: 6640 -- Laboratory Equipment and Supplies
NAICS: 334516 -- Analytical Laboratory Instrument Manufacturing
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: EPA - REGION 6 SNAP End User
End Date: 02/03/2023
End Time: 13:00 ET
Seller Question Deadline: No Seller Question Deadline Set
Delivery: 126 Day(s) - Required (No. of calendar days after receipt of order (ARO) by which Buyer requires Seller to deliver)
Repost Reason: Reposted to extend the delivery requirement from 30 days to 18 weeks.
Please Note: Repost Reason is provided as a courtesy only. Sellers are responsible for reviewing and complying with all Buy Specifications regardless of Repost Reason.

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s)

Item No Description Qty Unit
001 S1 Titan 800-8-Graphene Premium Handheld XRF analyzer; Product Code: S1 Titan 800-8-2020; Quantity 1. 50kV/ 4W Rhodium(Rh) X-ray tube and 8 mm measurement spot size Wide Range X-Ray Generator 5-50kV with 200uA max. current Graphene window silicon drift detector (SDD) and optimized high count rate DPP Guaranteed protection against detector puncture with the patented TITAN Detector Shield (TDS) Capable of detecting elements from Magnesium (Mg) to Uranium (U) Automated five (5) position primary beam Filter changer; Light weight, <1.5kg with batteries Patented SharpBeam™ optical beam path for best performance and precise beam spot IP54 rated industrial grade hard molded housing with no-slip rubberized grip S1 TITAN embedded SW with multilingual support and easy to use interface Bluetooth™, USB and Wi-Fi connectivity Includes two (2) high performance Li-Ion batteries with smart charger USB stick for data storage and easy reporting 5 spare PROLENE protective windows Extensive manuals and safety video XRF training available initially with refreshers monthly thereafter including for new hires at no additional cost Waterproof PELICAN™ transport case 2 year standard warranty, extendable to 5 years Country of Origin/Place of Manufacture: The product specified in this line item is manufactured in:____[VENDOR COMPLETES] 1 EA
002 GeoExploration Application package; Product code: 730.0187; Quantity 1 Multiphase calibration package including GeoExploration calibration for Geochemical exploration and GeoMining for mining and ore processing. Automated and user selectable calibrations for oxide and sulfide matrices. Calibration software may be used on laptops to process results. Method calibrations results in “point & shoot” mode in which analyses do not require manual filter or voltage changes. Spectrometer mode allows for custom current, voltage and filter settings. 8mm SpotSize configuration Includes powdered check sample (160.0046) Country of Origin/Place of Manufacture: The product specified in this line item is manufactured in:____[VENDOR COMPLETES] 1 EA
003 Titan Desktop Stand Kit; Product Code: HMP-DTS; Quantity 1 desktop stand (120.0003) AC adapter (160.0001) Fits into 1550 PELICAN™ case No external power required Country of Origin/Place of Manufacture: 1 EA
004 Titan/Tracer Soilfoot Attachment; Product Code: 160.0141; Quantity 1 Soilfoot attachment for S1 TITAN or TRACER 5 Used to directly measure bags, pellets, soil in situ. Country of Origin/Place of Manufacture: 1 EA
005 Titan/Tracer Extension Pole; Product Code: 200.0071; Quantity 1 TITAN/TRACER Extension Pole with remote Trigger Used to measure vertically or horizontally (BCS-025) Country of Origin/Place of Manufacture: 1 EA
006 GPS BT Receiver; Product Code: 160.0074; Quantity 1 GPS Receiver DUAL XS 150A Country of Origin/Place of Manufacture: 1 EA
007 Spectromembrane mounted Prolene; Product Code: 160.0179; Quantity 1 Spectromembrane mounted PROLENE™ 4μm Support 76.2mm perforated BRUKER Pkg of 100 Country of Origin/Place of Manufacture: 1 EA
008 Sample Cups; Product Code: 160.0177; Quantity 1 Loose Sample Cup 1.24" x 1.15 (31.5mm) OD X 1.36" (34.5mm max OD 25.9mm branded BRUKER with vented cup double open ended with internal overflow Pkg of 100 Country of Origin/Place of Manufacture: 1 EA
009 Prolene Window (5)-Titan 500S/600/800; Product Code: 200.0061: Quantity 2 TITAN 500S/600/800 PROLENE™ transparent protective window Pkg of 5 Country of Origin/Place of Manufacture: 1 EA
010 Shipping must be $0.00 in accordance with "Shipping Condition" Buy Term. This is a non-pricing line item. Use the "Included in Line Item" feature to indicate $0.00 shipping. 1 EA

Bidding Requirements

Instructions
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
The Government intends to select for award the one responsible quote which conforms to the Bidding Requirements and Buy Terms in the auction, proposes a price that is fair and reasonable, and provides the Lowest Priced, Technically Acceptable (LPTA) quote meeting the specifications of the requirement. If the lowest priced quote is not found to be Technically Acceptable, the government will evaluate the next lowest priced quote, and so on. Quotes determined to be incomplete, unreasonable, or unrealistic will not be considered for award.
The Buyer is allowing Sellers to submit bids for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Sellers MUST enter exactly what they are bidding (including make, model and description) into the blank description field in order for the bid to be considered. The Buyer will evaluate 'equal' items on the basis of information furnished by the Seller or identified in the bid and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Bid.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order, delivery order, or purchase card. If utilizing a purchase card, Buyer will communicate account information to Selected Seller outside of the Marketplace.
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)

Buy Terms

Name Description
Award Intention The Government intends to issue one (1) Firm Fixed Priced (FFP) Purchase Order (PO) for commercial items in accordance with FAR 12: Acquisition of Commercial Items and FAR 13: Simplified Acquisition Procedures.
Equipment Condition New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
Offer Period Bid MUST be good for 60 calendar days after close of Buy.
Shipping Condition In accordance with FAR 47.303-6, Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. The government is unable to accept any quote which shows a separate line item for shipping.
Seller Attachments In addition to providing pricing at www.unisonmarketplace.com for this solicitation, each offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) through Unison Marketplace so that they are received no later than the closing date and time for this solicitation.
SAM Requirement Registration with the System for Award Management (SAM) is required at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov.
Provisions & Clauses I. FAR: i. 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) ii. 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (Jan 2017) iii. 52.204-7 System for Award Management. (Oct 2018) iv. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. (Jun 2020) v. 52.204-13 System for Award Management Maintenance. (Oct 2018) vi. 52.204-16 Commercial and Government Entity Code Reporting. (Aug 2020) vii. 52.204-17 Ownership or Control of Offeror. (Aug 2020) viii. 52.204-18 Commercial and Government Entity Code Maintenance. (Aug 2020) ix. 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities. (Nov 2021) x. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) xi. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) xii. 52.204-26 Covered Telecommunications Equipment or Services-Representation. (Oct 2020) xiii. 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation (Nov 2015) xiv. 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021) xv. 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. (Nov 2015) xvi. 52.212-1 Instructions to Offerors-Commercial Items (Nov 2021) xvii. 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2022) xviii. 1552.312-4 Contract terms and conditions - commercial items (far deviation) (Oct 2021). xix. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (Oct 2022) xx. 52.222-3 Convict Labor. (June 2003) xxi. 52.222-19 Child Labor-Cooperation with Authorities and Remedies. (Dec 2022) xxii. 52.222-21 Prohibition of Segregated Facilities. (Apr 2015) xxiii. 52.222-22 Previous Contracts and Compliance Reports. (Feb 1999) xxiv. 52.222-26 Equal Opportunity. (Sept 2016) xxv. 52.222-35 Equal Opportunity for Veterans (Jun 2020) xxvi. 52.222-36 Equal Opportunity for Workers with Disabilities. (Jun 2020) xxvii. 52.222-37 Employment Reports on Veterans (Jun 2020) xxviii. 52.222-50 Combating Trafficking in Persons. (Nov 2021) xxix. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. (Jun 2020) xxx. 52.225-1 Buy American-Supplies (Oct 2022) xxxi. 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act. (Dec 2022) xxxii. 52.225-13 Restrictions on Certain Foreign Purchases. (Feb 2021) xxxiii. 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Jun 2020) xxxiv. 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. (Oct 2018) xxxv. 1552.332-39 Unenforceability of Unauthorized Obligations (FAR DEVIATION) (Oct 2021). xxxvi. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (Nov 2021) xxxvii. 52.233-3 Protest after Award. (Aug 1996) xxxviii. 52.233-4 Applicable Law for Breach of Contract Claim. (Oct 2004) xxxix. 52.252-1 Solicitation Provisions Incorporated by Reference. (Feb 1998) xl. 52.252-2 Clauses Incorporated by Reference. (Feb 1998) - Fill-In: Federal Acquisition Regulation (FAR): www.acquisition.gov and Environmental Protection Agency Acquisition Regulation (EPAAR): http://www/ecfr.gov/cgibin/textidx?c=ecfr&tpl=/ecfrbrowse/Title48/48cfrv6_02.tpl II. Local i. EPA-H-23-101 Environmentally preferable practices - The contractor shall, to the greatest extent practicable, utilize environmentally preferable practices in its course of business. "Environmentally preferable" is defined as products or services that have a lesser or reduced effect on human health and the environment when compared with competing products or services that serve the same purpose. This comparison may consider raw materials acquisition, production, manufacturing, packaging, distribution, reuse, operation, maintenance, or disposal of the product or service. Consideration of environmentally preferable practices must be consistent with price, performance, availability, and safety conditions.
1552.211-79 – Compliance with EPA policies for information resources management (Jul 2016) I. Definition. Information Resources Management (IRM) is defined as any planning, budgeting, organizing,directing, training, promoting, controlling, and managing activities associated with the burden, collection, creation, use and dissemination of information. IRM includes both information itself and the management of information and related resources such as personnel, equipment, funds, and technology. Examples of these services include but are not limited to the following: i. The acquisition, creation, or modification of a computer program or automated data base for delivery to EPA or use by EPA or contractors operating EPA programs. ii. The analysis of requirements for, study of the feasibility of, evaluation of alternatives for, or design and development of a computer program or automated data base for use by EPA or contractors operating EPA programs. iii. Services that provide EPA personnel access to or use of computer or word processing equipment, software, or related services. iv. Services that provide EPA personnel access to or use of: Data communications; electronic messaging services or capabilities; electronic bulletin boards, or other forms of electronic information dissemination; electronic record-keeping; or any other automated information services. II. General. The Contractor shall perform any IRM-related work under this contract in accordance with the IRM policies, standards, and procedures set forth on the Office of Environmental Information Policy Web site. Upon receipt of a work request (i.e. delivery order, task order, or work assignment), the Contractor shall check this listing of directives. The applicable directives for performance of the work request are those in effect on the date of issuance of the work request. The 2100 Series (2100-2199) of the Agency's Directive System contains the majority of the Agency's IRM policies, standards, and procedures. III. Section 508 requirements (accessibility). Contract deliverables are required to be compliant with Section 508 requirements (accessibility for people with disabilities). The Environmental Protection Agency policy for 508 compliance can be found at www.epa.gov/accessibility. Electronic access. A complete listing, including full text, of documents included in the 2100 Series of the Agency's Directive System is maintained on the EPA Public Access Server on the Internet at http://www2.epa.gov/irmpoli8/current-information-directives. (End of clause)
Manufacturer Authorized Reseller/Distributor To be considered for award, all Sellers must be manufacturer federally authorized distributors/resellers of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the timeframes specified by the Buyer on the award. Sellers shall be required to provide documentation as proof of authorization to be considered for award.
Lowest Price Technically Acceptable Auction Evaluation The Government intends to select for award the one responsible quote which conforms to the Bidding Requirements and Buy Terms in the auction, proposes a price that is fair and reasonable, and provides the Lowest Priced, Technically Acceptable (LPTA) quote meeting the specifications of the requirement. If the lowest priced quote is not found to be Technically Acceptable, the government will evaluate the next lowest priced quote, and so on. Quotes determined to be incomplete, unreasonable, or unrealistic will not be considered for award.
Auto-Renewal Not Authorized For auctions with periods of performance (e.g. maintenance/support/service agreements), vendor shall not auto-renew the period of performance.
Shipping Requirements If a physical product is being shipped, then the shipping number/tracking, date of shipment, and any delays, must be provided to the contacts identified in the purchase order upon award. Award must be delivered no later than the delivery requirement specified in this auction.
Tax Exemption Bids submitted must NOT include any sales tax (state, local, or otherwise). EPA is a Federal agency and thus is tax-exempt. Please click this link for the Tax Exempt information should it be necessary.
Sellers with Activity Note EPA will not award to a vendor that EPA added a negative Activity Note to in the Marketplace system for non-compliance with the Terms of a previous auction.

Shipping Information

City State   Zip Code
Houston TX   77099 - 4303

Seller Attachment(s): Required

VENDOR_MUST_COMPLETE_-_52-204-24.docx

Buy Attachment(s)

No. Document Name   Document Size
001 VENDOR_MUST_COMPLETE_-_52-204-24_12_16.pdf   121 KB
002 SNAP_BUY_TERMS_-_Open_Market_Small_Business.docx   30 KB