SOLICITATION NOTICE
J -- NOTICE OF INTENT TO SOLE SOURCE - Maintenance and service contract of a Rigaku SuperNova, single crystal X-Ray diffractometer
- Notice Date
- 7/7/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- 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-17-T-0195
- Archive Date
- 7/29/2017
- Point of Contact
- Joshua Lenfest, Phone: 3013940755, Benjamin J Shelton, Phone: 3013940752
- E-Mail Address
-
joshua.d.lenfest.civ@mail.mil, benjamin.j.shelton6.civ@mail.mil
(joshua.d.lenfest.civ@mail.mil, benjamin.j.shelton6.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: J0. 2. NAICS Code: 811219. 3. Subject: NOTICE OF INTENT TO SOLE SOURCE - Maintenance and service contract of a Rigaku SuperNova, single crystal X-Ray diffractometer 4. Solicitation Number: W911QX-17-T-0195 5. Set-Aside Code: N/A 6. Response Date: 07/14/2017 7. Place of Delivery/Performance: U.S. Army Research Laboratory Adelphi Contracting Division 321 Colleran Road Aberdeen Proving Ground, MD 21005 8. (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. INTENT TO SOLICIT ONLY ONE SOURCE The proposed contract action is for a supply for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.501(a) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The name of the company the Government intends to award a contract to is Rigaku American Corporation, 9009 New Trails Drive, The Woodlands, Texas, 77381. 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-17-T-0195. This acquisition is issued as an Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, Effective 19 Jan 2017. (iv) The associated NAICS code is 811219. The small business size standard is $20.5M. (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 - Preventative Maintenance, repair services to ensure proper tool alignment to the Rigaku SuperNova X-ray Diffractometer (Base Year) CLIN 0002 - Preventative Maintenance, repair services to ensure proper tool alignment to the Rigaku SuperNova X-ray Diffractometer (Option Year 1) CLIN 0003 - Preventative Maintenance, repair services to ensure proper tool alignment to the Rigaku SuperNova X-ray Diffractometer (Option Year 2) CLIN 0004 - Preventative Maintenance, repair services to ensure proper tool alignment to the Rigaku SuperNova X-ray Diffractometer (Option Year 3) CLIN 0005 - Preventative Maintenance, repair services to ensure proper tool alignment to the Rigaku SuperNova X-ray Diffractometer (Option Year 4) CLIN 0006 - Contract Manpower Reporting (vi) Description of requirements: See attached Performance Work Statement (PWS) (A01 - PWS (CAF 1413) updated 6.8.17 (2) doc) (vii) Service will start no later than 15 days after receipt order (ARO). Performance shall be made to the U.S. Army Research Laboratory (ARL), 2800 Powder Mill Road. Acceptance shall be performed at ARL, Adelphi 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: N/A {If this provision is not used, delete this sentence and insert description of the evaluation procedures to be used.} (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), 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: Provisions: 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015) 252.203-7994 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS--REPRESENTATION (DEVIATION 2017-O0001) (NOV 2016) 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) 252.204-7011, ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.225-7000 BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2012) Clauses: 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7995 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2017-O0001) (NOV 2016) 252.204-0009 Contract Wide: By Fiscal Year 252.204-7000 DISCLOSURE OF INFORMATION 252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (SEP 2015) 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 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) 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 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) 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (JUL 2014) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (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) 52.223-20 AEROSOLS (JUN 2016) 52.223-21 FOAMS (JUN 2016) 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) 52.222-51 EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT ACT TO CONTRACTS FOR MAINTENANCE, CALIBRATION, OR REPAIR OF CERTAIN EQUIPMENT--REQUIREMENTS (MAY 2014) 52.222-55 MINIMUM WAGES UNDER EXECUITVE ORDER 13658 (DEC 2014) 252.204-7009, LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011) 252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2012) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.237-7010 PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (NOV 2010) 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): Provisions: 52.252-1 Solicitation Provision Included by Reference Clauses: 52.252-2 Clauses Incorporated by Reference 252.211-7003, ITEM IDENTIFICATION AND VALUATION (JUN 2013) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS 52.213-2, INVOICES (APR 1984) ACC-APG POINT OF CONTACT INTENT TO SOLICIT ONLY ONE SOURCE TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATION RECEIVING ROOM REQUIREMENTS (APG) PAYMENT OFFICE (BANKCARD ) (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): (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as NA. (xv) The following notes apply to this announcement: NONE. (xvi) Offers are due on (xvi) Offers are due on 07/14/2017 by 11:59 AM EST by email to Alex Gilliam at alex.p.gilliam.ctr@mail.mil (xvii) For information regarding this solicitation, please contact Joshua Lenfest at joshua.d.lenfest.civ@mail.mil Alex Gilliam, 301-394-1203, and alex.p.gilliam.ctr@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a4a2bd4526c261f2503fabf3a75b6e11)
- Place of Performance
- Address: US Army Research Lab, Aberdeen Proving Ground, Aberdeen, Maryland, 21005, United States
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN04571153-W 20170709/170707235324-a4a2bd4526c261f2503fabf3a75b6e11 (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 |