Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 02, 2024 SAM #8102
SOLICITATION NOTICE

66 -- INTENT TO SOLE SOURCE: Ten (10) additional input channels for the Swabian Instruments Time Tagger Ultra - Performance Edition and fourteen (14) additional input channels for the Swabian Instruments Time Tagger X

Notice Date
1/31/2024 10:38:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX24Q0050
 
Response Due
2/7/2024 8:59:00 AM
 
Archive Date
02/22/2024
 
Point of Contact
Courtney Betts, Laurice Bocao
 
E-Mail Address
courtney.a.betts2.ctr@army.mil, laurice.l.bocao.civ@army.mil
(courtney.a.betts2.ctr@army.mil, laurice.l.bocao.civ@army.mil)
 
Description
COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1.� Class Code: �66� 2.� NAICS Code:� 334515 3.� Subject: �SOLE SOURCE: Ten (10) additional input channels for the Swabian Instruments Time Tagger Ultra - Performance Edition (serial number 22300011N0) and fourteen (14) additional input channels for the Swabian Instruments Time Tagger X (serial number 222300114V) located within the Quantum Science and Technology branch at the U.S. Army Combat Capabilities Development Command (DEVCOM) Army Research Laboratory (ARL). 4.� Solicitation Number: W911QX-24-Q-0050 5.� Set-Aside Code: N/A 6.� Response Date: Five (5) Business Days after posting. 7.� Place of Delivery/Performance:� U.S. Army Research Laboratory Adelphi Laboratory Center 2800 Powder Mill Road Adelphi, MD 20783 ������������������������������������������������� ��������� 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. 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): �Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements�. The name of the company the Government intends to award a contract to is Swabian Instruments USA Inc. (4 Michigan Ave, Suite #1, Boston, MA 02121, Cage Code: 9FED4). 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 W911QX-24-Q-0050. This acquisition is issued as a Request for Quotation (RFQ). ������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02, effective date 22 January 2024. ������������������� (iv)� The associated NAICS code is 334515. The small business size standard is 750 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 QTY ten (10) each Time Tagger Ultra Performance Edition Input Channels CLIN 0002 QTY fourteen (14) each Time Tagger X Input Channels ������������������� (vi) �Description of requirements: � The Contractor shall provide: CLIN 0001 QTY ten (10) each Time Tagger Ultra Performance Edition Input Channels DELIVERY: 1 month from contract award CLIN 0002 QTY fourteen (14) each Time Tagger X Input Channels DELIVERY: 1 month from contract award ������������������� (vii) Delivery is required by: CLIN 0001- 1 month after contract award. CLIN 0002- 1 month after contract award. Delivery shall be made to and Acceptance shall be performed at Adelphi Laboratory Center, 2800 Powder Mill Road, Adelphi, MD 20783. The FOB point is Origin. ������������������� (viii) The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition.� The following addenda have been attached to this provision: None ������������������� (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, See Notice of Intent to Sole Source above. ������������������� (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: None ������������������� (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: 52.204-10���� Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.204-23���� Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) 52.204-25���� Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment (NOV 2021) 52.209-6������ Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.209-10���� Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.219-28���� Post-Award Small Business Program Rerepresentation (MAR 2023) 52.222-3������ Convict Labor (JUNE 2003) 52.222-19���� Child Labor�Cooperation with Authorities and Remedies (NOV 2023) 52.222-21���� Prohibition of Segregated Facilities (APR 2015) 52.222-26���� Equal Opportunity (SEP 2016) 52.222-36���� Equal Opportunity 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�System for Award Management (OCT 2018) 52.232-36���� Payment by Third Party (MAY 2014) 52.232-40���� Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) 52.233-3������ Protest after Award� (AUG 1996) 52.233-4������ Applicable Law for Breach of Contract Claim (OCT 2004) ������������������� (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): PROVISIONS: 52.204-7������ System for Award Management (OCT 2018) 52.204-16���� Commercial and Government Entity Code Reporting (AUG 2020) 52.204-17���� Ownership or Control of Offeror (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) 52.212-1������ Instructions to Offerors�Commercial Products and Commercial Services (SEP 2023) 52.212-3������ Offeror Representations and Certifications�Commercial Products and Commercial Services (DEVIATION) (JAN 2024 CD 2024-O0002) 52.252-1������ Solicitation Provisions Incorporated by Reference (FEB 1998) 252.204-7016��������� Covered Defense Telecommunications Equipment or Services�Representation (DEC 2019) 252.204-7017��������� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation��������� (MAY 2021) CLAUSES: 52.204-13���� System for Award Management Maintenance (OCT 2018) 52.204-18���� Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-27���� Prohibition on a ByteDance Covered Application (JUN 2023) 52.212-4������ Contract Terms and Conditions�Commercial Products and Commercial Services (NOV 2023) 52.232-39���� Unenforceability of Unauthorized Obligations (JUN 2013) 52.247-29���� F.O.B Origin (FEB 2006) 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�������� (DEC 2022) 252.204-7003��������� Control of Government Personnel Work Product (APR 1992) 252.204-7015��������� Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023) 252.204-7018��������� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services �(JAN 2023) Local Provisions: SOLICIT ONLY ONE SOURCE EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS Local Clauses: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATE (ARL) RECEIVING ROOM � ALC 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, contract financing cannot not be provided for this acquisition. ������������������� (xvi)� Offers are due five (5) Business Days after posting by 11:59AM EST to Eddie Kemp at eddie.l.kemp.civ@army.mil and Courtney Betts at Courtney.a.betts2.ctr@army.mil. ������������������� (xvii)� For information regarding this solicitation, please contact Laurice Bocao at laurice.l.bocao.civ@army.mil and Eddie Kemp at eddie.l.kemp.civ@army.mil. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b2dd927731834b9d90d40a633db8cf21/view)
 
Place of Performance
Address: Adelphi, MD 20783, USA
Zip Code: 20783
Country: USA
 
Record
SN06951320-F 20240202/240131230051 (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.