General Buy Information
Buy #: | 1198075 | |
---|---|---|
Solicitation #: | RFQ-PR-OECA-25-00367 | |
Buy Description: | Purchase a 908 Devices ThreatID portable Fourier-transform infrared (FTIR) spectrometer | |
Category: | 66 -- Instruments and Laboratory Equipment | |
Sub Category: | 6630 -- Chemical Analysis Instruments | |
NAICS: | 423490 -- Other Professional Equipment and Supplies Merchant Wholesalers | |
SAM Contract Opportunity: | Yes | |
Set-Aside Requirement: | Small Business | |
Buyer: | EPA - HQ ACQUISITION DIVISION (HQAD) | |
End Date: | 07/14/2025 | |
End Time: | 12:00 ET | |
Seller Question Deadline: | 7/8/2025 - 12:00 ET | |
Delivery: | 60 Day(s) - Required (No. of calendar days after receipt of order (ARO) by which Buyer requires Seller to deliver) |
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 | •908 Devices ThreatID portable FTIR spectrometer; •Gas cell; •Supporting equipment (this includes: 1-year premium warranty, 2 li-ion batteries with battery charger, ThreatAssist Chemical Properties Database (installed on system), AC power adapter, 2 line cords USB drive with manuals, Threat ID Gas Module Bundle, and ThreatID Powders/Liquids Module Bundle). •Full warranty on all parts and labor to repair system. 24/7/365 access to Ph.D Chemists, product engineers and application specialists for spectral interpretation assistance and/or technical support. Loaner included. | 1 | EA |
Bidding Requirements
Instructions |
---|
Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the Unison Marketplace Fee, for contract-specific items. If Unison receives notice that, due to inclusion of the Unison Marketplace Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the Unison Marketplace Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov.
|
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 or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award.
|
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.)
|
The Buyer is requiring interested Sellers submit Bids with pricing inclusive of all Line Items.
|
Buy Terms
Name | Description |
---|---|
Commercial Terms and Conditions | The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3 (Note: Class Deviation 2025-O0003), Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. |
EPA Solicitation Language | System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. In advancement of Section 2 of Executive Order 14208, the removal of requirements related to Executive Order 14057 eliminates all non-statutory sustainability requirements or preferences in purchases of food service wares, including paper straws. In addition to removing requirements related to Executive Order 14057, the attachment also reflects recent updates to Code of Federal Regulation citations for the U.S. Department of Agriculture’s BioPreferred® Program, a statutory purchasing preference program. EPA is authorized to issue a FAR class deviation, in accordance with FAR 1.404, under Civilian Agency Acquisition Council (CAAC) Letter 2025-02, Supplement 1. The CAAC Letter also constitutes consultation with the Chair of the CAAC as required by FAR 1.404(a)(1). 6. Per FAR 1.404, EPA will furnish a copy of this approved class deviation to the FAR Secretariat, General Services Administration, by emailing the deviation to GSARegSec@gsa.gov and noting whether or not the document can be posted on Acquisition.gov. |
SAM Requirement | This solicitation requires registration with the System for Award Management (SAM) 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. |
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. |
FAR 52.212-5 (JAN 2025)(DEV FEB 2025) | 52.212-5 (JAN 2025)(DEV FEB 2025). Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Products and Commercial Services. (Jan 2025)(Dev Feb 2025). |
FAR 52.204-8 | 52.204-8 Annual Representations and Certifications (JAN 2025) (DEVIATION FEB 2025) |
FAR 52.212-3 | Offeror Representations and Certifications—Commercial Products and Commercial Services (MAY 2024) (DEVIATION FEB 2025). |
FAR 52.213-4 | Terms and Conditions—Simplified Acquisitions (Other Than Commercial Products and Commercial Services) (JAN 2025) (DEVIATION FEB 2025). |
FAR 52.223-23 | Sustainable Products and Services (MAY 2024 (DEVIATION FEB 2025) |
Shipping Information
City | State | Zip Code | |
---|---|---|---|
See Statement of Work |
Seller Attachment(s): Optional
The attachment(s) could include the following non-pricing information: |
Buy Attachment(s)
No. | Document Name | Document Size | |
---|---|---|---|
001 | Statement_of_Work.pdf | 166 KB |