SOLICITATION NOTICE
66 -- Optical Microscope - Combo Synopsis/Solicitation
- Notice Date
- 9/15/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG - Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-15-T-0211
- Archive Date
- 10/6/2015
- Point of Contact
- Allison S. Murray, Phone: 3013940754
- E-Mail Address
-
allison.s.murray.civ@mail.mil
(allison.s.murray.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Local Clauses Combo Synopsis/Solicitation COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 66 2. NAICS Code: 334516 3. Subject: Optical Microscope 4. Solicitation Number: W911QX-15-T-0211 5. Set-Aside Code: N/A 6. Response Date: 9/21/2015 7. Place of Delivery/Performance: U.S. Army Research Laboratory 2800 Powder Mill Road Adelphi, MD 20783-1138 USA 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 W911QX-15-T-0211. 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 Federal 2005-83, effective 04 August 2015. (iv) The associated NAICS code is 334516. The small business size standard is 500 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): CLIN0001: The Government requires one (1) Optical Microscope that conforms to the minimum requirements listed in the Description of requirements (vi) below. CLIN0002:Shipping. (vi) Description of requirements: The Sensors and Electron Devices Directorate (SEDD) at the Army Research Laboratory (ARL) requires one (1) Optical Microscope that that conforms to the minimum requirements listed below: 1. The Contractor shall ensure the Optical Microscope is capable of imaging in bright-field, dark-field, and differential interference contrast microscopy. 2. The Contractor shall ensure the Optical Microscope has an automated stage, and includes software that can control the stage with programmable search patterns. 3. The Contractor shall ensure the Optical Microscope uses a white Light-Emitting Diode (LED) illumination source. 4. The Contractor shall ensure the Optical Microscope includes software capable of analyzing images of sample surfaces, to determine densities of various defects. 5. The Contractor shall ensure the Optical Microscope includes objective lenses of 5x, 10x, 20x, 50x, 100x, and a 0.75 macro-objective. 6. The Contractor shall provide shipping FOB Destination to the ARL Adelphi, Maryland 20783-1197. (vii) Delivery is required 8 weeks after contract award (ACA). Delivery shall be made to US Army Research Laboratory, 2800 Powder Mill Rd., Adelphi, MD 20783-1183. Acceptance shall be performed at Destination. 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: 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: Evaluation Criteria (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. The Contracting Officer determines that past performance need not be evaluated because the supplies being purchased are of a low complexity that past performance information would not make a substantial difference. 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. Price will be evaluated based on the total proposed price, including options, (if any). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, 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 • 52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT • 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE • 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION • 52.222-3 CONVICT LABOR • 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 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES • 52.222-50 COMBATING TRAFFICKING IN PERSONS • 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING • 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES • 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION • 52.232-36 PAYMENT BY THIRD PARTY • 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS • 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS • 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE • 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION • 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS • 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM • 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM • 252.225-7036 BUY AMERICAN--FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM • 252.225-7036 Alt I BUY AMERICAN -- FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM (DEC 2012) ALTERNATE I • 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS • 252.232-7010 LEVIES ON CONTRACT PAYMENTS • 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS • 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all local clauses can be found in the attached ACC-APG Adelphi Local Clauses Full Text document): • 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN - REPRESENTATIONS AND CERTIFICATIONS • 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE • 52.252-2 CLAUSES INCORPORATED BY REFERENCE • 252.204-0009 CONTRACT-WIDE: BY FISCAL YEAR Full Text clauses: • 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) • 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013); • APG-ADL-G.5152.232-4423 PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) (SEP 2010); • APG-ADL-B.5152.204-4409 ACC - APG POINT OF CONTACT (APR 2011) • APG-ADL-B.5152.204-4411 TECHNICAL POINT OF CONTACT • APG-ADL-B.5152.216-4407 TYPE OF CONTRACT (SEP 1999) • APG-ADL-E.5152.246-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999) • APG-ADL-G.5152.232-4418 TAX EXEMPTION CERTIFICATE (SEP 1999) • APG-ADL-L.5152.215-4441 US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE • APG-ADL-H.5152.211-4401 RECEIVING ROOM REQUIREMENT - ALC (SEPT 1999) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: None. (xvi) Offers are due on 9/21/2015, by 11:59AM Eastern Time, via email to allison.s.murray.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/58665000ae1028be9f7e57ccecb090ee)
- Record
- SN03887866-W 20150917/150916001207-58665000ae1028be9f7e57ccecb090ee (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |