Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2024 SAM #8214
SOLICITATION NOTICE

66 -- COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS SMALL BUSINESS SET-ASIDE for one (1) Keysight B1500A semiconductor device analyzer with B1511B Source Monitor Unit (SMU) cards and eight (8) power/control Modules

Notice Date
5/22/2024 10:44:56 AM
 
Notice Type
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
W911QX24P0068
 
Response Due
5/30/2024 8:59:00 AM
 
Archive Date
06/14/2024
 
Point of Contact
Douglas Dennard, Phone: 3013943371, Joseph M. Dellinger, Phone: 3013940769
 
E-Mail Address
douglas.c.dennard.civ@army.mil, joseph.m.dellinger2.civ@army.mil
(douglas.c.dennard.civ@army.mil, joseph.m.dellinger2.civ@army.mil)
 
Description
COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS Solicitation Number: W911QX24P0068 Title: SMALL BUSINESS SET-ASIDE FOR one (1) Keysight B1500A semiconductor device analyzer with B1511B Source Monitor Unit (SMU) cards and eight (8) power/control Modules. Classification Code: 66 NAICS Code: 334515 Response Date: 30 May 2024 due via email to the Primary Point of Contact listed in the FedBizOpps.gov webpage for this combined synopsis-solicitation. Description: One (1) Keysight B1500A semiconductor device analyzer with B1511B Source Monitor Unit (SMU) cards and eight (8) power/control Modules. 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: THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE competitive in terms of market prices, quality, and delivery. If ONLY ONE (1) ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING oFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE first, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET. 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 2024-04.� For purposes of this acquisition, the associated NAICS code is 334515.� The small business size standard is 750 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 0001 ONE (1) EACH � The contractor shall provide one (1) Keysight B1500A semiconductor device analyzer with the B1511B Source Monitor Unit (SMU) cards with eight (8) power/control modules. Specifications/Requirement: N/A Delivery: Delivery is required by two (2) weeks After Receipt of Order (ARO). Delivery shall be made to 2800 Powder Mill Rd Adelphi, MD 20783.� Acceptance shall be performed at 2800 Powder Mill Rd Adelphi, MD 20783.� The FOB point is Destination. 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: Lowest Price Technically Acceptable The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors.� Technical Acceptability: The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation.� The Technical element of the evaluation shall be based solely on information furnished by the vendor.� The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement.� If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications.� 1.������ Past Performance: Past performance will be evaluated on an acceptable/unacceptable rating basis. An �Acceptable� rating is defined as the Government having reasonable confidence that the offeror can complete all requirements under the contract and meet stated delivery dates.� An �Unacceptable� rating is defined as the Government having minimal confidence that the offeror can complete all requirements under the contract and meet stated delivery dates.� The ratings will be based upon past performance information submitted by the offeror, as well as any other past performance information the Government obtains. The offeror shall submit one (1) record of past performance from the past 12 months with their offer. Only offerors rated �Acceptable� will be eligible for award. Award will be made to the lowest price technically acceptable offer out of all offers rated �Acceptable�. 2.������ Price: Price will be evaluated based on the total proposed price, including options, (if any). Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. 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. 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 (within attachment Provisions and Clauses Full-Text Attachment (for Combo Synopsis-Solicitation), 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) 52.209-6 PROTECTING THE GOVERNMENT�S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021) 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2020) 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 (NOV 2023) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26 EQUAL OPPORTUNITY (SEP 2016) 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (JUN 2020) 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020) 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) 52.223-18 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) 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): 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) 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 52.204-27 PROHIBITION ON BYTEDANCE COVERED APPLICATION (Jun 2023) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (NOV 2021) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 52.252-2 CLAUSES INCORPORATED BY REFERENCE 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JAN 2023) 252.225-7007 PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES (DEC 2018) 252.225-7048 EXPORT-CONTROLLED ITEMS (JUNE 2013) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOV INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERT. (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM � ALC DFARS COMMERCIAL CLAUSES EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS Army Contract Writing System (ACWS) Transition Information for Offerors 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 32.003, contract financing cannot not be provided for this acquisition. Place of Performance: Adelphi Laboratory Center 2800 Powder Mill Rd Adelphi, MD 20783.� � Set Aside:
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/90f00ee6913f497095b846460f2fef94/view)
 
Place of Performance
Address: Adelphi, MD 20783, USA
Zip Code: 20783
Country: USA
 
Record
SN07073955-F 20240524/240522230051 (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.