MODIFICATION
66 -- SOLE SOURCE AQCUISITION FOR Two (2) Lasers - Combination Synopsis-Solicitation for Commercial Purchases (Under SAT)_18-T-0101 (Amendment 0001)
- Notice Date
- 2/26/2018
- Notice Type
- Modification/Amendment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 Powder Mill Road, Building 601, Adelphi, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-18-T-0101
- Archive Date
- 3/22/2018
- Point of Contact
- Ariel M. Amey, Phone: 3013941081
- E-Mail Address
-
ariel.m.amey.civ@mail.mil
(ariel.m.amey.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Provisions and Clauses Full-Text Attachment Combination Synopsis-Solicitation for Commercial Purchases (Under SAT)_18-T-0101 (Amendment 0001) 1. Solicitation Number: W911QX-18-T-0101 Amendment 0001 2. Title: SOLE SOURCE AQCUISITION FOR Two (2) Lasers 3. Classification Code: 66 4. NAICS Code: 334516 5. Response Date: 03/07/2018 6. Description: Two (2) Lasers Disclaimer: 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. NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED: THIS A FULL AND OPEN COMPETITION. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE COMPETITIVE IN TERMS OF MARKET PRICES, QUALITY, AND DELIVERY. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 effective 06 November 2017. For purposes of this acquisition, the associated NAICS code is 334516.The small business size standard is 1,000 employees. Contract Line Item (CLIN) Structure: 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: Laser operating at wavelengths of 405, 488, 561, and 637 nanometers (NM). Quantity one (1) each. CLIN 0002: Laser operating at wavelength of 355 nanometers (NM). Quantity one (1) each. Specifications/Requirement: The Government requires two (2) lasers and power supplies delivered to Aberdeen Proving Grounds (APG), Maryland 21005. Below are the following minimum Government specifications: • One (1) laser shall operate at multiple wavelengths of 405, 488, 561, and 637 nanometers (NM). • One (1) shall operate at 355 nanometers (NM). • Both shall have an Output power of fifty (50) milliWatts (mW). • Both shall have a Minimum Beam Asymmetry of 0.9 and Maximum Beam Asymmetry of 1.1. • Both shall have Beam Divergence less than 1.3 milliradians. • Both shall have a pointing stability less than thirty (30) microradians over two (2) hours. • Both shall have Noise less than 0.25 rms between 20 Hertz and 2 MegaHertz (MHz). • Both shall have noise less than one (1) Root Mean Square (rms) between twenty (20) Hertz (Hz) and twenty (20) kilaHertz (kHz). • Both shall have a Warm-up time which does not exceed ten (10) minutes. • Both shall have a Polarization Ration greater than 100:1 relative to the vertical. • Both shall have Static Alignment Tolerances ± 0.25 millimeters (mm) for the beam position, ± 2.5 milliradians for the beam angle, and a beam waist of ± 200 millimeters (mm) at exit window. • Both shall have Analog modulation (input via Bayonet-Neill-Concelman (BNC) connector). • Operating Conditions at Ambient Temperature between 10 to 40 ° Celsius (C). • Both shall include a power supply kit. • The multiple wavelength laser shall include an interlock plug and USB cable for interfacing with computer. • The multiple wavelength laser shall include a heatsink which smoothly interfaces with the bottom of the laser head, operates over the entire range of laser operating conditions (10 to 40° Celsius) and shall maintain the laser head baseplate at a temperature < 50 °Celsius. • The 355 nanometer (NM) laser shall include an air-cooled riser for interfacing with the laser. Delivery: Delivery is required by 12 Weeks After Contract Award. Delivery shall be made to Aberdeen Proving Grounds Shipping and Receiving, Building 321 Colleran Road, APG, MD 21005. Acceptance shall be performed at Destination. The FOB point is Destination. Clauses: I. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. II. Evaluation Criteria - The specific evaluation criteria to be used are as follows: In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government's minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government's minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance): 1. Technical Acceptability: The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. 2. Past Performance: Past performance will not be evaluated. The Contracting Officer determines that past performance need not be evaluated because the supplies being purchased are of a low complexity that past performance information would not make a substantial difference. 3. Price (include in all instances): Price will be evaluated based on the total proposed price, including options, (if any). III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. IV. 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. V. 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: 52.203-19 PROHIBITION ON REQUIRIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26 EQUAL OPPORTUNITY (SEP 2016) 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50 COMBATING TRAFFICKING IN PERSONS (MAR 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) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 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) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PEFORMANCE INFORMATION RETRIEVAL SYSTEM-STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (JUN 2015) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7000 BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2016) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) VI. 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): ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATE (ARL) RECEIVING ROOM - ARL EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTRACTING DIVISION WEBSITE PAYMENT TERMS AMC-LEVEL PROTEST PROGRAM VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A. VIII. The following notes apply to this announcement: NONE. IX. Offers are due on 07 March by 11:59 AM Eastern Standard time (EST), via email to Ariel Amey, ariel.m.amey.civ@mail.mil. Please reference solicitation W911QX-18-T-0101 on any correspondence. X. For information regarding this solicitation, please contact Ariel Amey, ariel.m.amey.civ@mail.mil, cc'ing Daniel Balizan daniel.j.balizan.civ@mail.mil. Please reference solicitation W911QX-18-T-0101 on any correspondence. Place of Performance: Aberdeen Proving Grounds Shipping and Receiving, Building 321, 6375 Johnson Road, APG, MD 21005 Set Aside: N/A
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8131297ff5febf9138a140a2a74375d7)
- Place of Performance
- Address: CONTRACTOR FACILITY, United States
- Record
- SN04835018-W 20180228/180226231436-8131297ff5febf9138a140a2a74375d7 (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 |