SOLICITATION NOTICE
J -- NOTICE OF INTENT TO SOLE SOURCE � Preventative Maintenance and Repair Service Contract for a Laser Safety Enclosure and Associated Components.
- Notice Date
- 6/22/2023 12:38:17 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811210
—
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX23Q0002
- Response Due
- 7/7/2023 9:00:00 AM
- Archive Date
- 07/22/2023
- Point of Contact
- Alexander Cheatham, Phone: 5756784963, Connor Davenport
- E-Mail Address
-
alexander.k.cheatham.civ@army.mil, connor.p.davenport2.ctr@army.mil
(alexander.k.cheatham.civ@army.mil, connor.p.davenport2.ctr@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. INTENT TO SOLICIT ONLY ONE SOURCE (MANUFACTURER) The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with authorized resellers of 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 Lasermet, Inc. (CAGE: 7XXT9, Small Business) located at 10 N. Martingale Road, Suite 400, Schaumburg, IL 60173-2411. This notice of intent is not a request for competitive proposals.� However, the Government will consider all proposals received prior to the closing date and time of this solicitation. ������������������� (ii)� The solicitation number is W911QX23Q0002 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 2023-04, effective 02 June 2023. ������������������� (iv)� The associated NAICS code is 811219.� The small business size standard is $22,000,000.00. ������������������� (v)�� The following is a list of contract line-item number(s) and items, quantities, and units of measure, (including option(s), if applicable):� Contract Line-Item Number (CLIN) 0001: One (1) job, maintenance service for One (1) laser enclosure and associated components. CLIN 0002: Option Year 1: One (1) job, maintenance service for One (1) maintenance service for One (1) laser enclosure and associated components. CLIN 0003: Option Year 2: One (1) job, maintenance service for One (1) maintenance service for One (1) laser enclosure and associated components. CLIN 0004: Option Year 3: One (1) job, maintenance service for One (1) maintenance service for One (1) laser enclosure and associated components. CLIN 0005: Option Year 4: One (1) job, maintenance service for One (1) maintenance service for One (1) laser enclosure and associated components. ������������������� (vi) �Description of requirements: To provide Original Manufacturer Equipment (OEM) routine preventive maintenance services and repair services to a government-owned Laser Safety Enclosure to OEM specifications. ������������������� (vii) Delivery is a period of performance with one (1) twelve-month base year and four (4) twelve-month option periods each (See paragraph (v) for CLIN structure). Service shall start no later than (NLT) 15 days after receipt order (ARO). Performance shall be made to U.S. Army Research Laboratory (ARL), Adelphi Laboratory Center, 2800 Powder Mill Road, Adelphi, MD 20783-1138. ������������������� (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: N/A. ������������������� (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 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: 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUN 2020) 52.209-6, PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021) 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (MAR 2023) 52.222-3, CONVICT LABOR (JUN 2003) 52.222-19, CHILD LABOR�COOPERATION WITH AUTHORITIES AND REMEDIES (DEC 2022) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26, EQUAL OPPORTUNITY (SEP 2016) 52.222-36, EQUAL OPPORUNITY FOR WORKERS WITH DISABILITIES (JUN 2020) 52.222-50, COMBATING TRAFFICKING IN PERSONS (NOV 2021) 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (JUN 2020) 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (FEB 2021) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION (OCT 2018) 52.232-36, PAYMENT BY THIRD PARTY (MAY 2014) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (MAR 2023) 52.222-51, EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT LABOR STANDARDS TO CONTRACTS FOR MAINTENANCE, CALIBRATION, OR REPAIR OF CERTAIN EQUIPMENT-REQUIREMENTS (MAY 2014) DFARS: 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2022) 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (JAN 2023) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (JAN 2023) 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 (MAY 2021) 252.204-7018, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2023) 252.204-7019, NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (MAR 2022) 252.204-7020, NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (JAN 2023) 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JAN 2023) 252.225-7000, BUY AMERICAN STATUTE�BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) 252.225-7001, BUY AMERICAN AND THE BALANCE OF PAYMENTS PROGRAM (DEC 2017) 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) 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.237-7010, PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (JAN 2023) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JAN 2023) 252.246-7003, NOTIFICATION OF POTENTIAL SAFETY ISSUES (JAN 2023) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (JAN 2023) ������������������� (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/DFARS Clauses: 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 (AUG 2020) 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 52.204-19 INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.204-20 PREDECESSOR OF OFFEROR (AUG 2020) 52.213-2, INVOICES (APR 1984) 52.217-8, OPTION TO EXTEND SERVICES (NOV 1999) 52.232-18, AVAILABILITY OF FUNDS (APR 1984) 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (DEC 2022) 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING (DEC 2018) 252.243-7001 PRICING OF CONTRACT MODIFICATIONS (DEC 1991) FAR/DFARS FILL-IN/FULL TEXT CLAUSES: 52.252-1, PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.211-7003, ITEM IDENTIFICATION AND VALUATION (MAR 2022) 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) LOCAL CLAUSES: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT INTENT TO SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT ARL/ALC/GARRISON NON-PERSONAL SERVICES AT-OPSEC REQUIREMENTS DISTRIBUTION STATEMENT A GOV INSPECTION AND ACCEPTANCE EXERCISE OF OPTION TAX EXEMPTION CERT. (ARL) RECEIVING ROOM REQUIREMENTS � ALC SUPERVISION OF EMPLOYEES WORK HOURS IDENTIFICATION OF CONTRACTOR EMPLOYEES GOVERNMENT-CONTRACTOR RELATIONSHIPS EXCEPTIONS IN PROPOSAL ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS AVAILABILITY OF FUNDS PAYMENT OFFICE (BANKCARD) ������������������� (xiv)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. ������������������� (xv)� 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. Offers are due on 07 July 2023, by 11:59 AM EST , via email to Alexander Cheatham, alexander.k.cheatham.civ@army.mil. ������������������� (xvii)� For information regarding this solicitation, please contact Alexander Cheatham, alexander.k.cheatham.civ@army.mil, (575) 678-4963.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a9416e8bc033440fbf0df7aedc0901d5/view)
- Place of Performance
- Address: Adelphi, MD 20783, USA
- Zip Code: 20783
- Country: USA
- Zip Code: 20783
- Record
- SN06724246-F 20230624/230622230111 (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 |