Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2024 SAM #8088
SOLICITATION NOTICE

66 -- Quantity of two (2) Ghost Robotics Vision 60 (V60) Quadrupedal Unmanned Ground Vehicles

Notice Date
1/17/2024 7:10:16 AM
 
Notice Type
Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-24-Q-0048
 
Response Due
1/23/2024 8:59:00 AM
 
Archive Date
02/07/2024
 
Point of Contact
Meghan Dumler, Phone: 3013945683, Ashley Eaker, Phone: 3013944229
 
E-Mail Address
meghan.d.dumler.civ@army.mil, ashley.e.eaker2.civ@army.mil
(meghan.d.dumler.civ@army.mil, ashley.e.eaker2.civ@army.mil)
 
Description
Combination Solicitation and Synopsis For Commercial Purchases Under Simplified acquisitions Threshold (SAT) Solicitation Number: W911QX-24-Q-0048 Title: Quantity of two (2) Ghost Robotics Vision 60 (V60) Quadrupedal Unmanned Ground Vehicles Classification Code: 6665 - Hazardous Detection Equipment NAICS Code: 334511 Response Date: Five (5) days after date of posting due via email to the Primary Point of Contact listed in the SAM.gov webpage for this combined synopsis-solicitation. Description: Quantity of two (2) Ghost Robotics Vision 60 (V60) Quadrupedal Unmanned Ground Vehicles (SKU: VS60-R5300) One (1) year of software updates, full hardware coverage, priority maintenance, and preventative maintenance for the two (2) V60 robots (SKU: MC-VS60Y01) Quantity of two (2) 1250 Watt-hour (Wh) Standard Battery (SKU: SPR-VS60BAT-R5000) 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: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED: INTENT TO SOLICIT ONLY ONE SOURCE The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with 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 Ghost Robotics Corporation, 3401 Grays Ferry Avenue Building 200, Suite 200 Philadelphia, Pennsylvania, 19146-2701. CAGE CODE: 7LHP2. 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 2023-06 Effective Date 12/04/2023. � For purposes of this acquisition, the associated NAICS code is 334511. The small business size standard is 1,350 employees. 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 001: Quantity of two (2) Ghost Robotics Vision 60 (V60) Quadrupedal Unmanned Ground Vehicles (SKU: VS60-R5300). CLIN 0002: One (1) year of software updates, full hardware coverage, priority maintenance, and preventative maintenance for the two (2) V60 robots (SKU: MC-VS60Y01). CLIN 0003: Quantity of two (2) 1250 Watt-hour (Wh) Standard Battery (SKU: SPR-VS60BAT-R5000) Specifications/Requirement: N/A Delivery: Delivery is required before March 3, 2024. Delivery shall be made to US Army Research Lab 2 Halls Cross Roads Aberdeen, MD 21005. Acceptance shall be performed at US Army Research Lab 2 Halls Cross Roads Aberdeen, MD 2100. The FOB point is US Army Research Lab 2 Halls Cross Roads Aberdeen, MD 2100. Clauses: 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 for the 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. Evaluation Criteria - The specific evaluation criteria to be used are as follows:� N/A 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 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. 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: FARS: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.222-19, Child Labor�Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.222-54, Employment Eligibility Verification 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33, Payment by Electronic Funds Transfer�System for Award Management 52.232-30, Installment Payments for Commercial Products and Commercial Services 52.232-36; PAYMENT BY THIRD PARTY (MAY 2014) 52.232-39; Unenforceability of Unauthorized Obligations (JUN 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS: 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7008; COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016, Covered Defense Telecommunications Equipment or Services--Representation 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7019; NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) 252.204-7020; NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7000, Buy American--Balance of Payments Program Certificate--Basic 252.225-7001, Buy American and Balance of Payments Program�Basic 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND �RECEIVING REPORTS (JUN 2012) 252.232-7010, Levies on Contract Payments 252.239-7009; REPRESENTATION OF USE OF CLOUD COMPUTING (SEP 2015) 252.239-7010; CLOUD COMPUTING SERVICES (OCT 2016) 252.244-7000, Subcontracts for Commercial Products or Commercial Services The following additional contract requirement(s) or terms and conditions apply after the DFARS section to add the following remaining clauses: FARS: 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.204-27; PROHIBITION ON A BYTEDANCE COVERED APPLICATION (Jun 2023) 52.212-5; CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2022) DFARS: 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS� (DEC 2014) 52.204-20, PREDECESSOR OF OFFEROR (AUG 2020) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-27, Prohibition on a Byte Dance Covered Application 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7007, Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.211-7003, Item Unique Identification and Valuation 252.232-7006, Wide Area Work Flow Payment Instructions 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): APG POINT OF CONTACT TECHNICAL POINT OF CONTACT INTENT TO SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED TAX EXEMPTION CERTIFICATE PAYMENT INSTRUCTIONS RECEIVING ROOM REQUIREMENTS - ALTERNATE I 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 52.252-2� CLAUSES INCORPORATED BY REFERENCE 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022) 52.204-24� REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2020) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS�COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEC 2022) 52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2020) 52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES � REPRESENTATION (DEC 2019) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS COMMERCIAL ACQUISITION PROVISIONS & CLAUSES This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A The following notes apply to this announcement:� In accordance with FAR 31.003 contracting financing cannot be provided for this acquisition� Place of Performance: Army Research Lab Set Aside: N/A
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e61dd2e330914bf4a8e2afecd5f10396/view)
 
Place of Performance
Address: Aberdeen, MD, USA
Country: USA
 
Record
SN06937578-F 20240119/240117230045 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.