To place a bid or register go to Unison Marketplace

View Details for Buy # 1102252_01

General Buy Information

Buy #: 1102252_01  
Solicitation #: SNAPRFQ-R8-22-52622-514_
Buy Description: PFAS Auction
Category: 66 -- Instruments and Laboratory Equipment
Sub Category: 6640 -- Laboratory Equipment and Supplies
NAICS: 334516 -- Analytical Laboratory Instrument Manufacturing
SAM Contract Opportunity: Yes
Set-Aside Requirement: Small Business
Buyer: EPA - REGION 8 SNAP End User
End Date: 06/06/2022
End Time: 15:30 ET
Seller Question Deadline: No Seller Question Deadline Set
Delivery: 60 Day(s) - Required (No. of calendar days after receipt of order (ARO) by which Buyer requires Seller to deliver)
Repost Reason: No Repost Reason provided.
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 ERA 735 2 VIAL
002 ERA 731 2 VIAL
003 ERA 604 2 VIAL
004 Wellington Labs PFBA 1 VIAL
005 Wellington Labs PFPeA 1 VIAL
006 Wellington Labs PFHxA 1 VIAL
007 Wellington Labs PFHpA 1 VIAL
008 Wellington Labs PFOA 1 VIAL
009 Wellington Labs PFNA 1 VIAL
010 Wellington Labs PFDA 1 VIAL
011 Wellington Labs PFUdA 1 VIAL
012 Wellington Labs PFDoA 1 VIAL
013 Wellington Labs HFPO-DA 1 VIAL
014 Wellington Labs PF4OPeA 1 VIAL
015 Wellington Labs PF5OHxA 1 VIAL
016 Wellington Labs 3,6-OPFHpA 1 VIAL
017 Wellington Labs L-PFBS 1 VIAL
018 Wellington Labs L-PFPeS 1 VIAL
019 Wellington Labs br-PFHxSK 1 VIAL
020 Wellington Labs L-PFHxS 1 VIAL
021 Wellington Labs L-PFHpS 1 VIAL
022 Wellington Labs br-PFOSK 1 VIAL
023 Wellington Labs L-PFOS 1 VIAL
024 Wellington Labs 4:2FTS 1 VIAL
025 Wellington Labs 6:2FTS 1 VIAL
026 Wellington Labs 8:2FTS 1 VIAL
027 Wellington Labs NaDONA 1 VIAL
028 Wellington Labs 9CI-PF3ONS 1 VIAL
029 Wellington Labs 11CI-PF3OUdS 1 VIAL
030 Wellington Labs PFEESA 1 VIAL
031 Wellington Labs M3PFBA 1 VIAL
032 Wellington Labs M2PFOA 1 VIAL
033 Wellington Labs MPFOS 1 VIAL
034 Wellington Labs MPFBA 1 VIAL
035 Wellington Labs M5PFPeA 1 VIAL
036 Wellington Labs M5PFHxA 1 VIAL
037 Wellington Labs M4PFHpA 1 VIAL
038 Wellington Labs M8PFOA 1 VIAL
039 Wellington Labs M9PFNA 1 VIAL
040 Wellington Labs M6PFDA 1 VIAL
041 Wellington Labs M7PFUdA 1 VIAL
042 Wellington Labs MPFDoA 1 VIAL
043 Wellington Labs M3HFPO-DA 1 VIAL
044 Wellington Labs M3PFBS 1 VIAL
045 Wellington Labs M3PFHxS 1 VIAL
046 Wellington Labs M8PFOS 1 VIAL
047 Wellington Labs M2-4:2FTS 1 VIAL
048 Wellington Labs M2-6:2FTS 1 VIAL
049 Wellington Labs M2-8:2FTS 1 VIAL
050 Wellington Labs PFHxA 1 VIAL
051 Wellington Labs PFHpA 1 VIAL
052 Wellington Labs PFOA 1 VIAL
053 Wellington Labs PFNA 1 VIAL
054 Wellington Labs PFDA 1 VIAL
055 Wellington Labs PFUdA 1 VIAL
056 Wellington Labs PFDoA 1 VIAL
057 Wellington Labs PFTrDA 1 VIAL
058 Wellington Labs PFTeDA 1 VIAL
059 Wellington Labs HFPO-DA 1 VIAL
060 Wellington Labs br-NMeFOSAA 1 VIAL
061 Wellington Labs br-NEtFOSAA 1 VIAL
062 Wellington Labs L-PFBS 1 VIAL
063 Wellington Labs br-PFHxSK 1 VIAL
064 Wellington Labs br-PFOSK 1 VIAL
065 Wellington Labs NaDONA 1 VIAL
066 Wellington Labs 9CI-PF3ONS 1 VIAL
067 Wellington Labs 11CI-PF3OUdS 1 VIAL
068 Wellington Labs N-MeFOSAA 1 VIAL
069 Wellington Labs N-EtFOSAA 1 VIAL
070 Wellington Labs L-PFHxS 1 VIAL
071 Wellington Labs L-PFOS 1 VIAL
072 Wellington Labs MPFHxA 1 VIAL
073 MPFDA 1 1 VIAL
074 M3HFPO-DA 1 1 VIAL
075 d5-N-EtFOSAA 1 1 VIAL

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 The following clauses and provisions will apply: 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. (Oct 2018) v. 52.204-13 System for Award Management Maintenance. (Oct 2018) vi. 52.204-16 Commercial and Government Entity Code Reporting. (Jul 2016) vii. 52.204-17 Ownership or Control of Offeror. (Jul 2016) viii. 52.204-18 Commercial and Government Entity Code Maintenance. (Jul 2016) ix. 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities. (Jul 2018) x. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (Oct 2020) xi. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2020) 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. (Oct 2015) xv. 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. (Nov 2015) xvi. 52.212-1 Instructions to Offerors-Commercial Items (Mar 2020) xvii. 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2020) xviii. 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2018) xix. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (Mar 2020) xx. 52.222-3 Convict Labor. (June 2003) xxi. 52.222-19 Child Labor-Cooperation with Authorities and Remedies. (Jan 2020) 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 (Oct 2015) xxvi. 52.222-36 Equal Opportunity for Workers with Disabilities. (Jul 2014) xxvii. 52.222-37 Employment Reports on Veterans (Feb 2016) xxviii. 52.222-50 Combating Trafficking in Persons. (Jan 2019) xxix. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. (Aug 2011) xxx. 52.225-1 Buy American-Supplies xxxi. 52.225-13 Restrictions on Certain Foreign Purchases. (June 2008) xxxii. 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Aug 2018) xxxiii. 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. (Oct 2018) xxxiv. 52.232-39 Unenforceability of Unauthorized Obligations. xxxv. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (Dec 2013) xxxvi. 52.233-3 Protest after Award. (Aug 1996) xxxvii. 52.233-4 Applicable Law for Breach of Contract Claim. (Oct 2004) xxxviii. 52.252-1 Solicitation Provisions Incorporated by Reference. (Feb 1998) xxxix. 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. ii. EPA-H-42-102 - Utilization of FedConnect for Contract Administration - EPA will utilize the FedConnect web portal in administering this contract. The contractor must be registered in FedConnect and have access to the FedConnect website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect technical questions please call the FedConnect Help Desk at (800) 899-6665 or email at support@fedconnect.net.
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.

Shipping Information

City State   Zip Code
Lakewood CO   80225

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.docx   28 KB