SOLICITATION NOTICE
34 -- One (1) laser-based cutting system for shaping, trimming, and slicing diamond plates with associated equipment.
- Notice Date
- 5/24/2023 8:55:18 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333517
— Machine Tool Manufacturing
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-23-R-0029
- Response Due
- 6/1/2023 8:59:00 AM
- Archive Date
- 06/16/2023
- Point of Contact
- Adrian Barber, Phone: 3013941503
- E-Mail Address
-
adrian.t.barber.civ@army.mil
(adrian.t.barber.civ@army.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. �������������������� (ii)� The solicitation number is W911QX23R0029. This acquisition is issued as an request for quotation (RFQ) �������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-03 effective 26 April 2023. �������������������� (iv)� The associated NAICS code is 333517. The small business size standard is 500 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: Acceptance of Equipment Design Review (technical specifications) � delivery no later than two (2) weeks after award. CLIN 0002: One (1) laser-based cutting system for shaping, trimming, and slicing diamond plates with associated equipment. FOB Destination at the US Army Research Laboratory (ARL) in Adelphi, Maryland � delivery no later than thirty (30) weeks after award. CLIN 0003: Installation of Equipment � delivery/installation no later than thirty eight (38) weeks after award. �������������������� (vi) �Description of requirements: The Contractor shall deliver one (1) laser-based cutting system for shaping, trimming, and slicing diamond plates with associated equipment. The complete machine shall be fabricated, tested, and verified to be compliant with the below specifications at the vendor�s facility prior to being shipped to, installed, and fully operational at the US Army Research Laboratory (ARL) in Adelphi, Maryland before Government acceptance. The machine shall fulfill the following minimum specifications: Laser system shall be capable of generating a 532 nanometers (nm) high power laser beam which will ablate layers of diamond, effectively cutting through the material. Expected kerf losses on laser system shall not exceed 100 micrometers over a 12 millimeter (mm) cut, or 0.48� of the laser beam half-angle. System shall include optics system for laser and/or accompanying system to the laser which minimizes substrate heating and enables clear large area viewing of the cutting area. Cutting times for diamond material shall not exceed 40 minutes for 10 mm thick cuts. Stage movement/cassette system shall be capable of vertical and left/right sawing to create parallel walls. Shaping diamond material for the purpose of introducing precise �miscut� angles in diamond shall be within 0.01� degrees of accuracy. XY table drive shall have a travel range of 150 mm and positioning accuracy � 5 micrometers or better. Z positioning shall have a travel range of 160 mm with a positioning accuracy of � 5 microns or better. Stage or cassette systems shall be capable of positioning in pitch and yaw rotational directions with coordinated movement to ensure highly accurate (within 0.01�) cutting of diamond. Pots, dops, and associated materials shall allow users to fix/secure diamond plates into the laser cutting system. Shall also include ultraviolet (UV) curing station for welding and curing diamonds to pots for diamond cutting and shall include accoutrements for leveling and transferring diamonds. Additionally, appropriate power meters, analyzers, laser beam alignment jigs, and additional associated equipment for maintenance (i.e., focus alignment, laser calibration, laser optics cleaning, etc.) shall be included. Transportation, insurance, packing, and testing shall include on-site installation, acceptance testing and meet acceptance criteria, and training. The Contractor shall provide delivery, installation, setup, and re-testing at the Adelphi Laboratory Center (ALC) in Adelphi, MD 20783-1138 with the conditions specified below: Shall provide delivery to Adelphi Laboratory Center (ALC) truck shipments are accepted at Building #102, Receiving Room, 2800 Powder Mill Road, Adelphi, MD� 20783-1138. �������������������� (vii) Delivery is required by 28 weeks after contract award (ACA). Delivery shall be made to ADELPHI LABORATORY CENTER, 2800� Powder Mill Road, Adelphi, MD� 20783-1138, truck shipments are accepted at Building #102, Receiving Room, Monday through Friday (except holidays) from 7:30 AM to 4:00 PM only. 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: N/A �������������������� (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:� 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 �������������������� (x)� Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. N/A �������������������� (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 N/A �������������������� (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: 52.203-3, GRATUITIES (APR 1984) 52.203-6 Alt I, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (JUN 2020) 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 (NOV 2021) 52.219-8� Utilization of Small Business Concerns (DEVIATION 2023-O0002) (DEC 2022) 52.219-8, UTILIZATION OF SMALL BUSINESS CONCERNS (OCT 2018) 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021) 52.222-3, CONVICT LABOR (JUN 2003) 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022) 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, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016) 52.222-40, NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) 52.222-50, COMBATING TRAFFICKING IN PERSONS (NOV 2021) 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) DFARS: *252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) *252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 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 (JAN 2021) 252.204-7022, EXPEDITING CONTRACT CLOSEOUT (MAY 2021) 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) 252.225-7012, PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2017) 252.225-7048, EXPORT-CONTROLLED (JUNE 2013) 252.225-7052, RESTRICTION ON THE ACQUISITION OF CERTAIN MAGNETS AND TUNGSTEN (JAN 2023) *252.225-7055, REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (MAY 2022) 252.225-7056 PROHIBITION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (JAN 2023) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.243-7002, REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012) 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) �������������������� (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): FAR PROVISIONS: 52.204-7: SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-16: COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020) 52.204-20: PREDECESSOR OF OFFEROR (AUG 2020) 52.204-24: REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 52.204-26: COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (OCT 2020) 52.252-1: SOLICITATION PROVISIONS INCORPORATED BY REFERENCE FAR/DFARS CLAUSES: 52.204-13: SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-18: COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 52.204-19: INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.204-21, BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (NOV 2021) 52.232-39: UNEFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.232-40: PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.243-1: CHANGES�FIXED PRICE (AUG 1987) 52.247-34 F.O.B. DESTINATION (NOV 1991) 52.252-2: CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.203-7000: REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7002: REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) 252.204-7000: DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7003: CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.204-7012: SAFEGUARDING COVERDED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (DEC 2019) 252.211-7003: ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022) 252.232-7003: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018) 252.232-7006: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) 252.243-7001: PRICING OF CONTRACT MODIFICATIONS (DEC 1991) ADELPI LOCAL INSTRUCTION PROVISIONS: EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS ADELPHI LOCAL INSTRUCTION CLAUSES: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATE (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM � ALC AT-OPSEC REQUIREMENTS DISTRIBUTION STATEMENT A DFARS COMMERCIAL CLAUSES �������������������� (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, the Government cannot provide contract financing for this acquisition.� �������������������� (xvi)� Offers are due seven (7) calendar days after date of posting, by 11:59 (noon) Eastern Standard Time (EST), at adrian.t.barber.civ@army.mil. �������������������� (xvii)� For information regarding this solicitation, please contact Adrian Barber (adrian.t.barber.civ@army.mil). �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4a39e419ffb14b6b8ee5c251402d23f6/view)
- Record
- SN06693277-F 20230526/230524230117 (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 |