SOLICITATION NOTICE
66 -- One (1) Oscilloscope with four (4) independent analog recording channels - Provisions and Clauses
- Notice Date
- 8/5/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- 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-0258
- Archive Date
- 8/30/2016
- Point of Contact
- Allison S. Murray, Phone: 3013940754, Fatimata Diallo, Phone: 3013945501
- E-Mail Address
-
allison.s.murray.civ@mail.mil, fatimata.diallo.civ@mail.mil
(allison.s.murray.civ@mail.mil, fatimata.diallo.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- 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-0258.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 2005-88-1, effective 15 June 2016. (iv) This acquisition is a total set-aside for small businesses. 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): CLIN0001 Qty one (1) each ocillopscope with four (4) independent analog recording channels (vi) Description of requirements: The Contractor shall provide qty one (1) oscilloscope that meets the following Salient Characteristics: 1.A minimum of qty one (1) external trigger input. 2.An external display so it can run as a standalone entity. 3.Able to interface with a computer to be controlled remotely. 4.An Ethernet interface. 5.A universal serial bus (USB) interface. 6.Has the capability to be mounted in a standard 19" laboratory rack. 7.Includes the hardware to be mounted in a 19" laboratory rack. 8.Includes a power supply and all supplemental power accessories to ensure the device runs upon receipt. 9.Runs on standard 120 volt (V) alternating current (AC) power. 10.Has qty four (4) independent analog recording channels with the following characteristics in each channel: a.Standard 50 ohm impedance. b.A sampling rate greater than or equal to 20 Gigasamples per second (Gs/s). c.A recording bandwidth greater than or equal to 6 GHz (4 GHz when all four (4) channels are used simultaneously). d.A resolution greater than or equal to 8 bit. e.A recording length greater than or equal to 400,000,000 (400M) samples at a sampling rate greater than or queal to 20 Gs/s. f.SubMiniature version A (SMA) connectors or adapters to SMA. (vii) Delivery is required by 16 October 2016. Delivery shall be made to Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at Aberdeen Proving Ground. 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 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical and Price, in descending order of importance. 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. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (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 provisions and clauses cited in this clause are applicable: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor (June 2003) (E.O. 11755). 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 52.223-18, 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-System for Award Management 52.232-36, Payment by Third Party 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 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 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7000, Buy American-Balance of Payments Program Certificate 252.225-7001, Buy American and Balance of Payments Program 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 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): 52.204-16 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 252.204-0007 Contract-wide: Sequential ACRN Order 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS APG-ADL-H.5152.211-4401 RECEIVING ROOM REQUIREMENT - ALC (SEPT 1999) 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 (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as C. (xv) The following notes apply to this announcement: NONE (xvi) Offers are due on 15 August 2016, by 11:59am Eastern Time, at 2800 Powder Mill Road, Adelphi, MD 20783. (xvii) For information regarding this solicitation, please contact Allison Murray, 301-394-0754, Allison.s.murray.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a5e7109f1487fbb9cf40e401327b74d6)
- Place of Performance
- Address: U.S. Army Research Laboratory, Aberdeen Proving Ground, Aberdeen Proving Ground, Maryland, 21005, United States
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN04212478-W 20160807/160805235432-a5e7109f1487fbb9cf40e401327b74d6 (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 |