SOLICITATION NOTICE
66 -- One (1) femtosecond laser micromachining station
- Notice Date
- 12/5/2023 10:25:25 AM
- Notice Type
- Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX24Q0017
- Response Due
- 12/12/2023 8:59:00 AM
- Archive Date
- 12/27/2023
- 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. �Class Code: 6640 2. �NAICS Code: 334516 3. �Subject: One (1) femtosecond laser micromachining station 4. �Solicitation Number: W911QX24Q0017 5. �Set-Aside Code: Total Small Business Set-Aside (Note: Offerors are required to identify if they are small business manufacturer or a small business reseller. If Offerors are a small business reseller, the solicitation requires small business resellers to confirm that the product they are offering is manfufactured by a small business in accordance with the Non-Manufacturer Rule). 6. �Response Date: Seven (7) Business Days after date of posting. 7. �Place of Delivery/Performance: � U.S. Army Research Laboratory Shipping & Receiving Aberdeen Proving Ground Aberdeen, MD 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 W911QX24Q0017. 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 2024-01. �� ��� �(iv) �The associated NAICS code is 334516. The small business size standard is 1000 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: Femtosecond laser micromachining station CLIN 0002: On-site Installation CLIN 0003: On-site Training CLIN 0004: Shipping & Handling �� ��� �(vi) �Description of requirements:� The Government requires one (1) femtosecond laser micromachining station with the following minimum specifications: (1a) Laser source characteristics shall have: 1.�� �All solid state diode pumped laser 2.�� �Laser emission wavelength of 1035 nanometer (nm) or shorter 3.�� �Laser pulse duration less than 300 femtosecond (fs)� 4.�� �Laser repetition rate of 100 kilohertz (kHz) or greater 5.�� �Average power of 5 watt (W) or greater 6.�� �Beam quality (M2) 1 picosecond (ps)� 4.�� �Second harmonic generator unit with (1) wavelength less than 600 nm; (2) pulse length 1 picosecond (ps)� 4.�� �Second harmonic generator unit with (1) wavelength less than 600 nm; (2) pulse length <300 fs; (3) repetition rate of at least 200 kHz 5.�� �Integrated power meter capable of measuring power delivered to the sample 6.�� �Automatic sample positioning and detection 7.�� �Ability to add additional motion axes in the future 8.�� �User accessible compressed air/gas manifold within the Class I Enclosure �� ��� �(vii) Delivery is required six (6)weeks after contract award (ACA). Delivery shall be made to At ABERDEEN PROVING GROUND truck shipments are accepted Monday through Friday (except holidays) from 8:00 AM to 3:30 PM only at Logistics Warehouse, Building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005. �To coordinate/schedule deliveries, contact Bldg. 321 at 410-278-4406. �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: 52.203-6 Alt I: RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (JUN 2020) 52.204-10: REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018) 52.204-25: PROHIBITON ON CONTRACTING FOR CERTAINTELECOMMUNICATIONS AND SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 52.204-27: PROHIBITION ON A BYTEDANCE COVERED APPLICATION (JUN 2023) 52.209-6: PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021) 52.209-9: UPDATES OF PUBLICY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018) 52.219-6: NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (MAR 2020) 52.219-8: UTILIZATION OF SMALL BUSINESS CONCERNS (DEVIATION 2023-O0002) (DEC 2022) 52.219-14: LIMITATIONS ON SUBCONTRACTING (OCT 2022) 52.219-28: POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021) 52.219-33: NONMANFACTURER RULE (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) 252.204-7015: 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) *252.215-7008: ONLY ONE OFFER (JUL 2019) 252.223-7008: PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7001: BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM 252.225-7007: PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES (DEC 2018) 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) 252.226-7001: UTILIZATION OF INDIAN ORGANIZATIONS, AND INDIAN-OWNED ECONOMIC ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS (APR 2019) 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) 52.209-7: INFORMATION REGARDING RESPONSIBIITY MATTERS (JUL 2013) 52.233-2: SERVICE OF PROTEST (SEP 2006) 52.252-1: SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) FAR/DFARS CLAUSES: 52.201-1: DEFINITIONS (JUN 2020) 52.203-3: GRATUITIES (APR 1984) 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) 52.233-1: DISPUTES (MAY 2014) 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) 252.204-7004: DOD ANTITERRORISM AWARENESS FOR CONTRACTORS (FEB 2019) 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 � APG 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:�� � a.�� �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 crystal.l.demby.civ@army.mil �� ��� �(xvii) �For information regarding this solicitation, please contact Crystal Demby (crystal.l.demby.civ@army.mil). � �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9d110d15ab164704bc27d6307d9d7c5d/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN06903305-F 20231207/231205230052 (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 |