Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 16, 2020 SAM #6866
SOLICITATION NOTICE

66 -- Compact Neodymium: Yttrium Aluminum Garnet (Nd:YAG) high energy pulsed laser system with custom beam shaping optics.

Notice Date
9/14/2020 5:21:27 AM
 
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
W911QX20Q0244
 
Response Due
9/16/2020 8:59:00 AM
 
Archive Date
10/01/2020
 
Point of Contact
Geovonye Parker, Phone: 3013941029, Ariel M. Amey, Phone: 3013941081
 
E-Mail Address
geovonye.n.parker.civ@mail.mil, ariel.m.amey.civ@mail.mil
(geovonye.n.parker.civ@mail.mil, ariel.m.amey.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Solicitation Number: W911QX20Q0244 Title: SMALL BUSINESS SET-ASIDE FOR one (1) compact Neodymium: Yttrium Aluminum Garnet (Nd:YAG) high energy pulsed laser system with custom beam shaping optics. Classification Code: 66 NAICS Code: 334516 Response Date: 09/16/2020 Description: 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 SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. 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. If ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING oFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE first, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET. 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 2020-07 effective 31 August 2020. 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): Contract Line Item Number (CLIN) 0001: The Contractor shall deliver one (1) Titan compact neodymium:yttrium aluminum garnet (Nd:YAG) high energy pulsed laser system with custom beam shaping optics in accordance with the document attached titled �Salient Characteristics� CLIN 0002: The Contractor shall provide delivery, installation, set-up and testing at the ARL in Aberdeen Proving Ground, Maryland 21005-5066 within sixteen (16) weeks After Contract Award (ACA) in accordance with the document attached titled �Salient Characteristics� Specifications/Requirement: SEE DOCUMENT ATTACHED TITLED �SALIENT CHARACTERISTICS� �see FAR 12.202(b) Delivery: Delivery is required within 16 weeks following award. Delivery shall be made to Aberdeen Proving Ground, Maryland. Acceptance shall be performed at Aberdeen Proving Ground, Maryland 21005. The FOB point is Destination. Clauses: 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: 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. 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): Price Technical Capabilities/Specification Past Performance Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. 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. 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) 52.219-6: NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (MAR 2020) (Deviation 2020-O0008)) 52.219-28: POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (MAY 2020) 52.219-33: NONMANUFACTURER RULE (MARCH 2020) 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 (JUN 2020) 52.222-36: AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-37: EMPLOYMENT REPORTS ON VETERANS (JUN 2020) 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) 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) 252.204-7016: COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7017: PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7018: PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (DEC 2019) 252.211-7003: ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.213-7000:NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF SUPPLIER PERFORMANCE RISK SYSTEM IN PAST PERFORMANCE EVALUATIONS (SEP 2019) 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) 252.225-7974 REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (FEB 2020) 252.232-7010: LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000: SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.246-7008: SOURCES OF ELECTRONIC PARTS (MAY 2018) 252.247-7023: TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) 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: 52.204-7: SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-16: COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18: COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.219-6: NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (MAR 2020) (Deviation 2020-O0008) 52.222-19: CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2020) (Deviation 2020-00019) 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 52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2020) 52.204-25�� PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2020) 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) ADEPLHI LOCAL CLAUSES ACC � APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOV INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERT. (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM � APG EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. The following notes apply to this announcement: The Government is contemplating a Commercial, Firm Fixed Price (FFP) Contract type for this requirement under the FAR Part 13 Simplified Acquisition Procedures (SAP). In accordance with FAR 32.003, contract financing cannot be provided for this acquisition. Place of Performance: Army Research Laboratory at Aberdeen Proving Ground, Maryland 21005
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2a61ce50750f4b2fbd09e7fe49dd9756/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN05796898-F 20200916/200914230149 (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.