SOLICITATION NOTICE
A -- COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS forPreventative Maintenance Service Contract for a Hitachi S-4700, Scanning Electron Microscope
- Notice Date
- 5/26/2020 1:20:44 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX20Q0074
- Response Due
- 6/2/2020 8:59:00 AM
- Archive Date
- 06/17/2020
- Point of Contact
- Douglas Dennard, Phone: 3013943371, Alex Gilliam, Phone: 3013941203
- E-Mail Address
-
douglas.c.dennard.civ@mail.mil, alex.p.gilliam.ctr@mail.mil
(douglas.c.dennard.civ@mail.mil, alex.p.gilliam.ctr@mail.mil)
- Description
- COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS � 1.� Class Code: A � 2.� NAICS Code:� 811219 � 3.� Subject:� Preventative Maintenance Service Contract for a Hitachi S-4700, Scanning Electron Microscope. 4.� Solicitation Number: W911QX20Q0074 � 5.� Set-Aside Code: �N/A � 6.� Response Date: 6/2/2020 � 7.� Place of Delivery/Performance:� � U.S. Army Research Laboratory Weapons and Materials Research Directorate (WMRD) FCDD-RLW-ME ����������������������������������� BLDG 4600 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 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 is HITACHI HIGH TECHNOLOGIES AMERICA, INC. 1375 N 28th Ave, Dallas, TX, 75261.� 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 W911QX20Q0074.� 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 FAC 2020-06. � ����������������������� (iv)� The associated NAICS code is 811219. The small business size standard is $22,000,000.00. � ����������������������� (v)�� The following is a list of contract line item number(s) (CLIN) and items, quantities and units of measure, (including option(s), if applicable):� � CLIN 0001 � ONE (1) JOB - The Contractor shall provide one (1) annual Preventative Maintenance Service Plan for a Hitachi S-4700, Scanning Electron Microscope. (Base Year) � CLIN 0002 � ONE (1) JOB - The Contractor shall provide one (1) annual Preventative Maintenance Service Plan for a Hitachi S-4700, Scanning Electron Microscope. (Option Year 1) � CLIN 0003 � ONE (1) JOB - The Contractor shall provide one (1) annual Preventative Maintenance Service Plan for a Hitachi S-4700, Scanning Electron Microscope. (Option Year 2) � CLIN 0004 � ONE (1) JOB - The Contractor shall provide one (1) annual Preventative Maintenance Service Plan for a Hitachi S-4700, Scanning Electron Microscope. (Option Year 3) � CLIN 0005 � ONE (1) JOB - The Contractor shall provide one (1) annual Preventative Maintenance Service Plan for a Hitachi S-4700, Scanning Electron Microscope. (Option Year 4) � CLIN 0006 � Contractor Manpower Reporting (CMR) � � ����������������������� (vi) �Description of requirements: One (1) Annual Preventative Maintenance Service Contract for a Hitachi S-4700, Scanning Electron Microscope (base year + four (4) option years). � ����������������������� (vii) Period of Performance (PoP) is 15 June 2020 to 14 June 2021 (base year); 15 June 2021 to 14 June 2022 (option year 1); 15 June 2022 to 14 June 2023 (option year 2); 15 June 2023 to 14 June 2024 (option year 3); 15 June 2024 to 14 June 2025 (option year 4).� Performance shall be made at Aberdeen Proving Ground, MD 21005.� Acceptance shall be performed at Aberdeen Proving Ground, MD 21005. The FOB point is Destination. � ����������������������� (viii) The provision at 52.212-1, Instructions to Offerors � Commercial DEVIATION 2018-O0018, applies to this acquisition.� The following addenda have been attached to this provision: NONE. � ����������������������� (ix)� Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. � ����������������������� (x)� 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. � ����������������������� (xi)� 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 (within the attachment Provisions and Clauses Full-Text Attachment (for Combo Synopsis-Solicitation)), applies to this acquisition.� The following additional FAR/DFARS clauses cited in this clause are applicable: � 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018) 52.209-6 PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26 EQUAL OPPORTUNITY (SEP 2016) 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) 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 (FEB 2016) 52.222-50 COMBATING TRAFFICKING IN PERSONS (JAN 2019) 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 (OCT 2018) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) ����������������������� (xii)� 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): � 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-13 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (DEC 2019) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 52.252-2 CLAUSES INCORPORATED BY REFERENCE 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT DISTRIBUTION STATEMENT A GOVERNMENT INSPECTION AND ACCEPTANCE EXERCISE OF OPTION PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) TAX EXEMPTION CERTIFICATE (ARL) RECEIVING ROOM - APG PAYMENT INSTRUCTIONS SUPERVISION OF EMPLOYEES WORK HOURS ID OF CONTRACTOR EMPLOYEES GOV�T-CONTRACTOR RELATIONSHIPS DFARS COMMERCIAL CLAUSES EXCEPTIONS IN PROPOSAL ADELPHI CONTR. DIVISION URL CMRA CLIN INSTRUCTIONS FOREIGN NATIONALS PERFORMING PAYMENT TERMS � ����������������������� (xiii)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A � ����������������������� (xiv)� The following notes apply to this announcement:� In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. � ����������������������� (xv)� Offers are due on 02 June 2020 by 11:59 AM ET, by email to Contract Specialist Douglas Dennard douglas.c.dennard.civ@mail.mil or Acquisition Specialist, Alex Gilliam alex.p.gilliam.ctr@mail.mil. � ����������������������� (xvi)� For information regarding this solicitation, please contact Contract Specialist Douglas Dennard douglas.c.dennard.civ@mail.mil or Acquisition Specialist, Alex Gilliam alex.p.gilliam.ctr@mail.mil � Contracting Officer: �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fa60597c086d44a3acd2afb53c199730/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN05669901-F 20200528/200526230144 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |