SOLICITATION NOTICE
67 -- A quantity of four (4) High Speed Cameras. Two (2) FASTCAM Nova S16 1100K-M6 - Monochrome 1100K with 128GB memory and 200ns shutter and two (2) FASTCAM Mini AX200 900K-M-32GB - Monochrome 900K with 32GB memory and 260ns shutter
- Notice Date
- 11/3/2020 12:41:27 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333316
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX20Q0275
- Response Due
- 11/10/2020 8:59:00 AM
- Archive Date
- 11/25/2020
- Point of Contact
- Alex Gilliam, Phone: 3013941203
- E-Mail Address
-
alex.p.gilliam.ctr@mail.mil
(alex.p.gilliam.ctr@mail.mil)
- Description
- COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS� 1.� Class Code: 67� 2.� NAICS Code: 333316� 3.� Subject:� A quantity of four (4) High Speed Cameras. Two (2) FASTCAM Nova S16 1100K-M6 - Monochrome 1100K with 128GB memory and 200ns shutter and two (2) FASTCAM Mini AX200 900K-M-32GB - Monochrome 900K with 32GB memory and 260ns shutter.� 4.� Solicitation Number: W911QX20Q0275� 5.� Set-Aside Code: N/A� 6.� Response Date: 10 November 2020� 7.� Place of Delivery/Performance:��� U.S. Army Research Laboratory ����������������������������������� 6375 Johnson Road Building 321 Aberdeen Proving Ground (APG), 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. ����������������������� (ii)� The solicitation number is W911QX20Q0275.� This acquisition is issued as a Request for Quote (RFQ).� ����������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-09.� ����������������������� (iv) The associated NAICS code is 333316. The small business size standard is 1,000 employees.� ����������������������� (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 � EACH � Quantity Four (4) - Two (2) FASTCAM Nova S16 1100K-M6 - Monochrome 1100K with 128GB memory and 200ns shutter. Two (2) FASTCAM Mini AX200 900K-M-32GB - Monochrome 900K with 32GB memory and 260ns shutter.� Shipping costs to be included on official quote.� ����������������������� (vi) �Description of requirements: N/A� ����������������������� (vii) Delivery is required by 45 days after contract award (ACA).� Delivery shall be made to Aberdeen Proving Ground (APG), MD 21005.� Acceptance shall be performed at APG, MD 21005. The FOB point is Destination.� ����������������������� (viii) The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition.� The following addenda have been attached to this provision: NONE.� ����������������������� (ix)� Evaluation Criteria � Lowest Price Technically Acceptable�� The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors.� The Contracting Officer determines that past performance need not be evaluated because the supplies being purchased are of a low complexity that past performance information would not make a substantial difference. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation.� The Technical element of the evaluation shall be based solely on information furnished by the vendor.� The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement.� If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications.� Price will be evaluated based on the total proposed price, including options, (if any).� ����������������������� (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 (selections within this clause are included in the Provisions and Clauses Full-Text Attachment attached to this 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 (MAY 2020) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-19 DEVIATION 2020-O0019 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2020) 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, VETRANS 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) ����������������������� (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 (OCT 2018) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (OCT 2020) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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 GOV INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERT. (ARL) RECEIVING ROOM � APG PAYMENT INSTRUCTIONS DFARS COMMERCIAL CLAUSES EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS� ����������������������� (xiv)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. ����������� (xv)� The following notes apply to this announcement:� In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition.� ����������������������� (xvi)� Offers are due on 10 November 2020 by 11:59 AM ET, via email to Contract Specialist Swati Jain, swati.jain2.civ@mail.mil and Acquisition Specialist, Alex Gilliam alex.p.gilliam.ctr@mail.mil.� ����������������������� (xvii)� For information regarding this solicitation, please contact Contract Specialist, Swati Jain, swati.jain2.civ@mail.mil or Acquisition Specialist, Alex Gilliam, alex.p.gilliam.ctr@mail.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5e5739ad6f7445aa8121aff9911f862d/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN05845064-F 20201105/201103230143 (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 |