SOLICITATION NOTICE
66 -- Five (5) digital delay generators - Provisions and Clauses Full-Text Attachment
- Notice Date
- 8/11/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-16-T-0272
- Archive Date
- 9/2/2016
- Point of Contact
- Jessica R. Camunez, Phone: 5756788283
- E-Mail Address
-
jessica.r.camunez.civ@mail.mil
(jessica.r.camunez.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Provisions and Clauses Full-Text Attachment (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. APG-ADL-B.5152.206-4400 INTENT TO SOLICIT ONLY ONE SOURCE (FEB 2015) The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i). The name of the company the Government intends to award a contract to BERKELEY NUCLEONICS CORP, 2955 KERNER BLVD STE D, SAN RAFAEL, CA, 94901-5553. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (ii) The solicitation number is W911QX-16-T-0272. This acquisition is issued as an request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87-2. (iv) The associated NAICS code is 334515. The small business size standard is 750 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): -CLIN 0001: Quantity Five (5) Digital Delay Generators according to all the minimum requirements listed below in section vi. (each) (vi) Description of requirements: The Government requires that the digital delay generators meet the following requirements: capable of receiving a 50 volt (V) external trigger, having no fewer than eight (8) independent output channels, emitting no fewer than 25 V for no fewer than 100 milliseconds (ms) on no fewer than two (2) of the eight (8) output channels, having an input to output response on each channel of the set delay plus no more than 250 nanoseconds (ns), and an output rise time of no more than 10 ns at 4V with a standard 50 ohm impedance. (vii) Delivery is required by 60 days after contract award. Delivery shall be made to Army Research Laboratory (ARL), Aberdeen Proving Ground (APG), Maryland. Acceptance shall be performed at ARL, APG, MD. The FOB point is ARL, APG, MD. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: N/A (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013) 52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015) 52.209-6, PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) 52.212-3 ALT I OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (OCT 2015) ALT I (OCT 2014) 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAY 2015) 52.219-28 POST AWARD SMALL BUSINESS PROGRAM REPRESENTATION 52.222-3, CONVICT LABOR (JUN 2003) 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) 52.222-26, EQUAL OPPORTUNITY (MAR 2007) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50, COMBATING TRAFFICKING IN PERSONS (FAR 2015) 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013) 52.232-36, PAYMENT BY THIRD PARTY (MAY 2014) DFARS 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015) 252.204-7009, LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION 252.204-7011, ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (SEP 2015) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011) 252.225-7035 BAA-FTA IMPLEMENTATION ACT-BOPP CERTIFICATE 252.225-7036 BAACT-FTA IMPLEMENTATION ACT-BOPP 252.225-7036 Alt 1 BAACT-FTA IMPLEMENTATION ACT--BOPP 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.237-7010, PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (NOV 2010) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS 252.239-7018, SUPPLY CHAIN RISK (NOV 2013) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015) 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Dec 2014) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications (Dec 2012) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 52.239-1, PRIVACY OR SECURITY SAFEGUARDS (AUG 1996) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 252.204-0009 Contract-wide: by Fiscal Year. (SEP 2009) 252.204-7003 Control of Government Personnel Work Product (APR 1982) Full Text Clauses: 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); 252.211-7003 Item Unique Identification and Valuation (DEC 2013); APG-ADL-B.5152.204-4409 ACC - APG Point of Contact (Apr 2011); APG-ADL-B.5152.204-4411 Technical Point of Contact (Dec 2002); APG-ADL-B.5152.216-4407 Type of Contract (Sep 1999); APG-ADL-E.5152.246-4400 Government Inspection and Acceptance (Sep 1999); APG-ADL-G.5152.232-4418 Tax Exemption Certificate (Sep 1999); APG-ADL-I.5152.212-4401 DFARS COMMERCIAL ACQUISITION PROVISIONS AND CLAUSES (OCT 2015) APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: None (xvi) Offers are due on 08/18/2016, by 11:00 AM EST, by email to BOTH jennifer.m.mun.ctr@mail.mil AND jessica.r.camunez.civ@mail.mil. Please note: OFFERS THAT DO NOT INCLUDE BOTH EMAIL ADDRESSES MAY NOT BE ACCEPTED. (xvii) For information regarding this solicitation, please contact Jennifer Mun at Jennifer.m.mun.ctr@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/07f4ee813e9b37b0711f84f01de45f26)
- Record
- SN04219754-W 20160813/160811235045-07f4ee813e9b37b0711f84f01de45f26 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |