SOLICITATION NOTICE
J -- Service agreement (Preventative Maintenance) for a QUANTA200FEG SEM
- Notice Date
- 8/30/2023 3:56:27 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811210
—
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911Q23Q0188
- Response Due
- 9/5/2023 8:59:00 AM
- Archive Date
- 09/20/2023
- Point of Contact
- Crystal L. Demby, Phone: 3013945332
- E-Mail Address
-
crystal.l.demby.civ@army.mil
(crystal.l.demby.civ@army.mil)
- Description
- COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1.�� �Solicitation Number: W911QX-23-Q-0188 2.�� �Title: Service agreement (Preventative Maintenance) for a QUANTA200FEG SEM 3.�� �Set Aside Code: N/A 4.�� �Classification Code: J0 5.�� �NAICS Code: 811210 6.�� �Response Date: Five (5) business days after posting due via email to the Primary Point of Contact (POC) listed in the SAM.gov webpage for this combined synopsis / solicitation. Description: Service agreement (Preventative Maintenance) for a QUANTA200FEG � SEM). One (1) year period of performance and four (4) option years. 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: INTENT TO SOLICIT ONLY ONE SOURCE The proposed contract action is for services for which the Government is soliciting and negotiating with only one source under the authority of FAR Part 13.106-1(b)(1)(i) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The Government intends to award to FEI Company, 5350 N.E. Dawson Creek Drive, Hillsboro, OR 97124, CAGE: 1FJ95. �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. 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 2023-04. For purposes of this acquisition, the associated NAICS code is 811210. The small business size standard is $34,000,000.00.� 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): CLIN 0001: Base Year Service agreement (Preventative Maintenance) for a QUANTA200FEG SEM The Contractor shall perform as described in the attached Performance Work Statement (PWS). CLIN 0002: Option Year One (1) Service agreement (Preventative Maintenance) for a QUANTA200FEG SEM The Contractor shall perform as described in the attached Performance Work Statement (PWS). CLIN 0003: Option Year Two (2) Service agreement (Preventative Maintenance) for a QUANTA200FEG SEM The Contractor shall perform as described in the attached Performance Work Statement (PWS). CLIN 0004: Option Year Three (3) Service agreement (Preventative Maintenance) for a QUANTA200FEG SEM The Contractor shall perform as described in the attached Performance Work Statement (PWS). CLIN 0005: Option Year Four (4) Service agreement (Preventative Maintenance) for a QUANTA200FEG SEM The Contractor shall perform as described in the attached Performance Work Statement (PWS). Base Year�� ��� �09/15/2023 � 09/14/2024 Option Year One (1): �� �09/15/2024 � 09/14/2025 Option Year Two (2): �� �09/15/2025 � 09/14/2026 Option Year Three (3): �� �09/15/2026 � 09/14/2027 Option Year Four (4):�� �09/15/2027 � 09/14/2028 Clauses: I.�� �The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition. �The following addenda have been attached to this provision:� In addition to the requirements set forth 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. II.�� �Evaluation Criteria - The specific evaluation criteria to be used are as follows: �N/A III.�� �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 IV.�� �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 V.�� �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 52.209-6, PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEPT 2021) 52.222-3, CONVICT LABOR (JUN 2003) 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022) (DEVIATION 2020-O0019) 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) 52.222-50, COMBATING TRAFFICKING IN PERSONS (NOV 2021) 52.222-53, EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT ACT TO CONTRACTS FOR CERTAIN SERVICES�REQUIREMENTS (MAY 2014) 52.222-54, EMPLOYMENT ELIGIBILITY VERIFICATION (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) 252.204-7015, 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) 252.225-7007, PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES (DEC 2018) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.237-7010, PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (JUN 2013) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) The following additional contract requirement(s) or terms and conditions apply: FAR: *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) 52.204-19, INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) *52.204-20, PREDECESSOR OR OFFEROR (DEC 2014) *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) 52.204-27, PROHIBITION ON A BYTEDANCE COVERED APPLICATION (JUN 2023) 52.232-39 UNEFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN2013) 52.243-1, CHANGES-FIXED PRICE (AUG 1987) *52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) DFARS: 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DoD OFFICIALS (SEP 2011) 252.203-7002, REQUIREMENTS TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (DEC 2022) 252.204-7000, DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7003, CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) 252.211-7003, ITEM IDENTIFICATION AND VALUATION (MAR 2022) 252.225-7048, EXPORT-CONTROLLED ITEMS (JUN 2013) 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) 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) 252.243-7001, PRICING OF CONTRACT MODIFICATIONS (DEC 1991) ADELPHI LOCAL CLAUSE LIST OF SPECIAL INSTRUCTIONS: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT *SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT GOV INSPECTION AND ACCEPTANCE EXERCISE OF OPTION TAX EXEMPTION CERT. (ARL) RECEIVING ROOM � ARL SUPERVISION OF EMPLOYEES WORK HOURS *EXCEPTIONS IN PROPOSAL *ADELPHI CONTR. DIVISION URL *FOREIGN NATIONALS PERFORMING *PAYMENT TERMS VI.�� �This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: �N/A VII. The following notes apply to this announcement:� In accordance with FAR 32.003, contract financing cannot be provided for this acquisition. VIII. For information regarding this solicitation, please contact Crystal Demby, crystal.l.demby.civ@army.mil.� Place of Performance:� U.S. Army Research Laboratory 2800 Powder Mill Road Adelphi, MD 20783
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/903e6c3560a74ffaad595a793b8134a1/view)
- Place of Performance
- Address: Adelphi, MD 20783, USA
- Zip Code: 20783
- Country: USA
- Zip Code: 20783
- Record
- SN06812534-F 20230901/230830230050 (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 |