SOLICITATION NOTICE
D -- CSI Software System
- Notice Date
- 7/24/2020 2:57:50 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX20Q0200
- Response Due
- 7/31/2020 8:59:00 PM
- Archive Date
- 08/15/2020
- Point of Contact
- Adrian Barber, Phone: 3013941503
- E-Mail Address
-
adrian.t.barber.civ@mail.mil
(adrian.t.barber.civ@mail.mil)
- Description
- (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 Correlated Solutions, Inc. (CSI), 121 Dutchman Blvd., Irmo, SC 29063-8330, CAGE: 1TMA7, based on:� Compatibility: The item(s) must be compatible in all aspects (form, fit, and function) with existing systems presently installed. This notice of intent is not a request for competitive quotes. However, the Government will consider all quotes received prior to the closing date and time of this solicitation. � �������������������� (ii)� The solicitation number is W911QX20Q0200.� This acquisition is issued as an RFQ. � �������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06. � �������������������� (iv)� The associated NAICS code is 511210.� The small business size standard is $41,500,000.00. � �������������������� (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: 3D Support (2 yr) - CSI Platinum Technical Support and Software Upgrades for 2 yrs. CLIN 0002: One (1) Job consisting of the following: VIC-Snap� VIC-3D Digital Image Correlation System, which includes Vic-3D 8 Digital Image Correlation Analysis Software, Vic-2D Digital Image Correlation Analysis Software, Vic-Snap LS Image Acquisition Software, includes one �Image Correlation for Shape, Motion and Deformation Measurements� book, includes one post-processing license on USB dongle, and 2 year warranty on all non-consumables. 4-Channel USB analog data acquisition system (NI 9215 BNC: 4 Channels at 100 KS/s/ch) VIC-3D Backlit Glass Grid Fixture VIC-3D 4-in-1 Glass Calibration Target (9x9 with 1.780, 1.340, 0.890, 0.450mm spacing) VIC-3D 1"" Glass Calibration Target (9x9-3mm spacing) VIC-3D Backlit Glass Grid Fixture accessory: X-Y-Z stage and adapter for tensile machine clamping VIC-3D Backlit Glass Grid Fixture accessory: round specimen adapter for tensile machine clamping (requires X-Y-Z stage above) Eight-piece coded aluminum composite calibration grid set (FOV 1'' to 18'') with case Carrying case for backlit fixture � CLIN 0003: Contractor Manpower Reporting. ACCOUNTING FOR CONTRACT SERVICES REQUIREMENT � SYSTEM FOR AWARD MANAGEMENT (SAM) ��������� The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to complete Service Contract Reports (SCR) at the following web address: www.sam.gov. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. An instructional document is available at https://www.sam.gov/SAM/transcript/SCR_QSG.pdf. When completing the SCR, subcontractor labor hours shall be included in the prime contractor's labor hours entered rather than entered separately. � �������������������� (vi) �Description of requirements: � The Government requires the following: One (1) VIC-SNAP - digital image correlation software, including VIC-3D and VIC2D software packages, and two (2) years of software support and upgrades as described in the two CLINs above. � �������������������� (vii) Delivery is required within twelve (12) weeks after award.� �Delivery shall be made to the U.S. Army Research Laboratory, APG, MD 21005. Acceptance shall be performed at APG, MD 21005. The FOB point is Destination � APG, MD 21005. � �������������������� (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)� The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition.� The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:� N/A - Notice of Intent to Sole Source. � �������������������� (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�. � FAR: � 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) 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2019) 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 (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-OTHER THAN CENTRAL CONTRACT REGISTRATION (OCT 2018) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) 52.239-1 PRIVACY OR SECURITY SAFEGUARDS (AUG 1996) 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) ���� 252.223-7008: 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 2017) ���� 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) � �������������������� (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): � 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) Remove � 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 (AUG 2019) 52.213-2 INVOICES (APR 1984) 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) Full Text Clauses: � 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 (MAY 2013) 252.211-7003: ITEM IDENTIFICATION AND VALUATION (MAR 2016) LOCAL INSTRUCTIONS: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT PAYMENT INSTRUCTIONS GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATE EXCEPTIONS IN PROPOSAL ADELPHI CONTRACTING DIVISION WEBSITE � � (xiv)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. ��������� (xv)� The following notes apply to this announcement:� Prices given in bids shall be in U.S. dollars and valid through the time of payment (30 days after invoicing). � � (xvi)� Offers are due five (5) days after posting, by 11:59 pm EST to Adrian Barber, adrian.t.barber.civ@mail.mil. � (xvii)� For information regarding this solicitation, please contact Adrian Barber, 301-394-1503, adrian.t.barber.civ@mail.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/073c7320741c4398a49c9198ff79e33d/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN05732785-F 20200726/200724230144 (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 |