SOLICITATION NOTICE
66 -- Grating Spectrometer - Provisions and Clauses
- Notice Date
- 3/16/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-16-T-0079
- Archive Date
- 4/9/2016
- Point of Contact
- Nathlie M Hicks, Phone: 3013943985
- E-Mail Address
-
nathlie.m.hicks.civ@mail.mil
(nathlie.m.hicks.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Provisions and Clauses (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-16-T-0079. This acquisition is issued as an (RFQ) Request for Quotes (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular: 2005-85. (iv) This acquisition is set-aside for: N/A 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): C.1 Silicon Charge-Coupled Device (CCD) array capable of detecting individual photons with high efficiency, greater than 70%. C.1.1 Achieve 70% or more detection efficiency on the CCD at wavelengths of 750 nanometers (nm) and 1100 nm, where many quantum light emitters have been demonstrated in single crystal silicon carbide and diamond. C.1.2 Two (2) entrance ports and two (2) exit ports for spectrograph functions in quantum network demonstration. C.1.3 One (1) grating turret that supports three (3) gratings offering low (150 liners per millimeter (l/mm), medium (600 l/mm) and high (1500l/mm) resolution spectroscopy. Gratings on an individual turret shall be blazed ("optimized") for one of 750 or 1100 nm blaze. C.1.4 Able to achieve high spectral resolution, less than 0.01 nm via a combination of high grating densities, greater than 1000-1800 l/mm with a long spectrograph length of 0.5 meter. C.1.5 Thee CCD shall contain entrance and exit ports to the spectrometer to support tunable entrance slits or window. C.1.6 Software package and graphical user interface for control and data-taking. a. That include features such as downloadable graphic user interface, integrated data analysis, and other (labview or python) control. (vi) Description of requirements: N/A (vii) Delivery is required by: 60 days after contract award Delivery shall be made to: U.S. Army Research Laboratory, Adelphi, Maryland 20783 Acceptance shall be performed at: Adelphi, Maryland The FOB point is: Adelphi, Maryland 20783 (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 (JUL 2013) 52.209-6 -- PROTECTING THE GOVERNMENTS INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUL 2013); 52.222-3 CONVICT LABOR (JUN 2003); 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014); 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999); 52.222-26 EQUAL OPPORTUNITY (MAR 2007); 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (OCT 2010); 52.222-50 COMBATTING TRAFFICKING IN PERSONS; 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-- SYSTEM FOR AWARD MANAGEMENT; 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011); 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011); 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015) 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011); 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION; 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014); 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011); 252.225-7000 BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2012) 252.225-7035 ALT I BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2012) ALTERNATE I 252.225-7036 Alt I BUY AMERICAN -- FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM (DEC 2012) ALTERNATE I (JUN 2012) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUNE 2012); 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006); 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2014); 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (JUN 2013) ; (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): 52.204-7 System for Award Management 52.204-16 Commercial And Government Entity Code Reporting 52.204-18 Commercial And Government Entity Code Maintenance 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation 52.252-2 Clauses Incorporated By Reference 252.204-0001 Line Item Specific: Single Funding 252.204-7000 DISCLOSURE OF INFORMATION; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2013) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 52.004-4409 ACC - APG POINT OF CONTACT (APR 2011); 52.004-4411 TECHNICAL POINT OF CONTACT (DEC 2002); 52.016-4407 TYPE OF CONTRACT (SEP 1999); 52.032-4418 TAX EXEMPTION CERTIFICATE (SEP 1999) 52.046-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999); 52.005-4401 RELEASE OF INFORMATION BY MANUFACTURERS, RESEARCH ORGANIZATIONS, EDUCATIONAL INSTITUTIONS, AND OTHER COMMERCIAL ENTITIES HOLDING ARMY CONTRACTS (AUG 2006); 52.011-4401 RECEIVING ROOM REQUIREMENT - ALC (SEPT 1999); APG-ADL-G.5152.232-4423 PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) (SEP 2010); APG-ADL-L.5152.203-4440 AMC-LEVEL PROTEST PROGRAM (JUL 2011) APG-ADL-L.5152.215-4441 US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A. (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on 25th March 2016, by 12:00 pm (EST), email at: nathlie.m.hicks.civ@mail.mil (xvii) For information regarding this solicitation,contact: Nathlie M. Hicks, 301-394-3985, or email: nathlie.m.hicks.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6521438c920a188872f87cea69eaf8e8)
- Place of Performance
- Address: U.S. Army Research Laboratory, Adelphi, Maryland, 20783, United States
- Zip Code: 20783
- Zip Code: 20783
- Record
- SN04052284-W 20160318/160316235030-6521438c920a188872f87cea69eaf8e8 (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 |