SOLICITATION NOTICE
66 -- Monitoring Upgrade Package for Rapid Prototype Machine 222
- Notice Date
- 5/26/2020 1:10:21 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX20Q0134
- Response Due
- 6/2/2020 8:59:00 AM
- Archive Date
- 06/17/2020
- Point of Contact
- Dale M. Brunson, Phone: 3013941200
- E-Mail Address
-
dale.m.brunson.civ@mail.mil
(dale.m.brunson.civ@mail.mil)
- Description
- COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1.� Class Code: 66 2.� NAICS Code:� 334516 3.� Subject:� Monitoring Upgrade Package for Rapid Prototype Machine 222 4.� Solicitation Number: W911QX20Q0134 5.� Set-Aside Code: N/A 6.� Response Date: Five (5) Days After Posting 7.� Place of Delivery/Performance:� U.S. Army Research Laboratory 6375 Johnson Road, Building 321 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 RPM Innovations, Inc, 500 Turbine Drive, Rapid City, SD� 57703-4798; (CAGE Code: 6TUF7). 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 W911QX20Q0134.� 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 May 6, 2020. ����������������������� (iv)� The associated NAICS code is 334516. The small business size standard is 1,000 employees. ����������������������� (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):� RPMI model 222 upgrade package shall include: CLIN 0001:� Upgraded RPMI Optics Box, QTY 1 CLIN 0002:� Laser Power Monitor, QTY 1 CLIN 0003:� Advanced Vision Camera and Melt Pool Camera, QTY 1 CLIN 0004:� Powder Flow Watch, QTY 1 CLIN 0005:� Automated Lens Positioning System (ALPS), QTY 1 CLIN 0006:� Powder Feeder Hopper Fill Detectors, QTY 2 CLIN 0007:� Gas Flow Controllers, QTY 1 CLIN 0008:� Deposition Head Temperature Monitor, QTY 1 CLIN 0009:� Hard-wired �Pause Button� on HMI, QTY 1 CLIN 0010:� Wiring terminals for remote �Pause Button�, QTY 1 CLIN 0011:� LDMC upgrade for Monitoring, Controls, and Data Logging functions, QTY 1 CLIN 0012:� Installation, Training and Support, QTY 1 year CLIN 0013:� Delivery, LOT 1 � ����������������������� (vi) �Description of requirements: The Government requires the monitoring and control upgrade package for the Rapid Protype Machine (RPM) model 222 as indicated in section v, shipped to APG, MD. ������������������������ (vii) Delivery is required ten (10) weeks after contract award.� Delivery shall be made to U.S Army Research Laboratory, 6375 Johnson Road, Building 321, Aberdeen Proving Ground, MD� 21005. The FOB point is U.S. Army Research Laboratory, APG, MD. ����������������������� (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, 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 (OCT 2016) 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) 52.222-19� 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) DFARS: 252.203-7005: REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7015: DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.211-7003: ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.223-7008: PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7000: BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM CERTIFICATE(DEC 2016) 252.225-7001: BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2016) 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) ����������� (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): FAR/DFARS: 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) FAR/DFARS FILL-IN CLAUSES: 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016) ADELPHI LOCAL CLAUSES: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT INTENT TO SOLICIT ONLY ONE SOURCE GOVERNMENT INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) TAX EXEMPTION CERTIFICATE (ARL) RECEIVING ROOM REQUIREMENTS � ALTERNATE I (APG) PAYMENT INSTRUCTIONS DFARS COMMERCIAL CLAUSES EXCEPTIONS OR CONDITIONS CONTAINED IN OFFEROR'S PROPOSAL AWARD OF CONTRACT ADELPHI CONTRACTING DIVISION WEBSITE 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 five (5) days after posting, by 11:59 AM EST, by email to Contract Specialist, Dale Brunson dale.m.brunson.civ@mail.mil. ������������ (xvi)� For information regarding this solicitation, please contact Contract Specialist, Dale Brunson dale.m.brunson.civ@mail.mil. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d0e1aa7f94db44629e059044646592f7/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN05670604-F 20200528/200526230149 (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 |