Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2020 SAM #6798
MODIFICATION

66 -- ATOS 5 Structured Light Scanning System

Notice Date
7/8/2020 6:36:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
W7M6 USPFO ACTIVITY ILANG 183 SPRINGFIELD IL 62707-5003 USA
 
ZIP Code
62707-5003
 
Solicitation Number
W507SU20Q0002
 
Response Due
8/1/2020 10:00:00 AM
 
Archive Date
08/16/2020
 
Point of Contact
Brent D. Keller, Phone: 2177571251
 
E-Mail Address
brent.d.keller.mil@mail.mil
(brent.d.keller.mil@mail.mil)
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued.� It is the Government�s intention to award without discussions.� The Government reserves the right to hold discussions. (ii) This solicitation, W50S7U-20-Q-0002 �is being issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-06, effective 05 June 2020. (iv) This procurement is a total small business set-aside. The associated North American Industry Classification System (NAICS) code is 334516 - Analytical Laboratory Instrument Manufacturing and the small business size standard is 1,000 Employees. �(v) Commercial Item Descriptions: CLIN0001 ATOS 5 Airfoil (12M) � 12M photogrammetry unit � Integrated blue LED lighting � 2.1M Stand � ATOS Professional software � 1-year Warranty and support � Measuring Volumes � 100mm x 70mm measuring volume with calibration artifact for an ATOS 5 Airfoil � 270mm x 200mm measuring volume with calibration artifact for an ATOS 5 Airfoil � 400mm x 300mm measuring volume with calibration artifact for an ATOS 5 Airfoil �Image Processing Workstation 7820 � Intel Xeon 2 x 3.0 GHz 12-Core CPU � 24'' TFT monitor � 128 GB RAM � 1 TB SSD � NVIDIA Quadro P4000 8GB � 5 years Dell ProSupport ����������� ����������� Heavy-duty computer rolling rack ����������� � Adjustable height for sitting or standing ����������� � Storage drawer ����������� �Motorized Rotary Table ����������� � 640mm diameter platform ����������� � 7 rpm ����������� Accessories ����������� � 10m Cable ����������� � Touch Probe ����������� � Thermometer ����������� � Uncoded Targets ����������� � Atos User Guide/Certification ����������� On-site installation and training workshop (level I) ����������� � Covers the basics of Photogrammetry, hardware setup and ����������� troubleshooting, post processing and application specific topics (vi) This scanner is a complete non-contact optical measuring system, with work booth, that does not require PHD technical expertise to use. (vii) This requirement includes delivery to the 183d Wing, 3101 J David Jones Parkway, Springfield, IL. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a successful Offeror will address all items within the addenda of this provision.�� The addenda for this provision is as follows: Responders should include all documents and information requested submitted in accordance with the instructions herein. Quotations shall be submitted prior to the closing date and time of 01 August July 2020 12:00 PM CST.� In the event that the Contract Opportunities portal is down or an offeror cannot post their quotes, send an email with the quotation to the following contract specialist: CMSgt Brent Keller at brent.d.keller.mil@mail.mil. All questions regarding this RFQ shall be submitted via email to: CMSgt Brent Keller at brent.d.keller.mil@mail.mil. All questions are due by 21 July 2020 by 12:00 PM CST.� The government is not obligated to answer questions. The submission of the documentation specified below will constitute the offeror�s acceptance of the terms and conditions of the SOW in the RFQ.�Offerors are encouraged to present their best Quote and prices in their initial submission.� The Government reserves the right to hold discussions. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, is applicable. Basis for award is Best Value through Tradeoff. The Government intends to make a single firm-fixed price contract award. See �Attachment 2 � FAR 52.212-2 Evaluation Factors.� (x) A successful offeror shall include a completed copy of the provision at 52.212-3 Alt-1, Offeror Representations and Certifications -- Commercial Items, with its offer and address the items listed within the addenda of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are applicable to the acquisition, which include:� FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entitites. FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment. FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations. FAR 52.219-28, Post Award Small Business Program Representation. FAR 52.222-3, Convict Labor. FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-36, Equal Opportunity for Workers with Disabilities. FAR 52.222-50, Combating Trafficking in Persons. FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.233-3, Protest After Award. FAR 52.233-4, Applicable Law for Breach of Contract Claim. The following provisions are incorporated into this solicitation by reference: FAR 52.204-7, System for Award Management. FAR 52.204-16, Commercial and Government Entity Code Reporting. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations. DFARS 252.225-7031, Secondary Arab Boycott of Israel. The following clauses are incorporated into this solicitation by reference: FAR 52.204-13, System for Award Management Maintenance. FAR 52.204-18, Commercial and Government Entity Code Maintenance. FAR 52.204-19, Incorporation by Reference of Representations and Certifications. FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Representation and Certifications. FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.247-65, F.O.B. Origin, Pre-paid Freight - Small Package Shipments FAR 52.249-1, Termination for Convenience of the Government (Fixed Price)(Short). DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblowers Rights. DFARS 252.204-7003, Control of Government personnel Work Product. DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information. DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors. DFARS 252.225-7001, Buy American and Balance of Payments Program. DFARS 252.225-7048, Export Controlled Items. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010, Levies on Contract Payments. DFARS 252.244-7000, Subcontracts for Commercial Items. DFARS 252.247-7023, Transportation of Supplies by Sea. The following provisions are incorporated by full text.� � FAR 52.204-20, Predecessor of Offeror. FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations � Representation. FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. DFARS 252.225-7000, Buy American - Balance of Payments Program Certificate (Offerors shall include completed copies of the certifications within the following provisions with their offer.) The following clauses are incorporated by full text. FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.211-7003, Item Unique Identification and Valuation. DFARS 252.232-7006, Wide Area Workflow Payment Instructions. (xiii) The contractor shall provide a one year warranty for all products and installation provided. � Electronic Documents: All electronic documents must NOT be ""secured"", ""locked"", or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB. Interested offerors must be registered in the System for Award Management (SAM). To register go to: https://www.sam.gov/portal/public/SAM. You will need your DUNS number to register. Instructions for registering are on the web page. (xvi) Information regarding the solicitation may be directed to CMSgt Brent Keller at brent.d.keller.mil@mail.mil..
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2a41e5fb03e448188d4977114201aef3/view)
 
Place of Performance
Address: Springfield, IL 62707, USA
Zip Code: 62707
Country: USA
 
Record
SN05714338-F 20200710/200708230138 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.