Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2017 FBO #5767
SOLICITATION NOTICE

99 -- Unmanned Ground Vehicle

Notice Date
9/5/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery 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-17-T-0238
 
Archive Date
9/26/2017
 
Point of Contact
Brett E. Bigbee, Phone: (301) 394-3016
 
E-Mail Address
brett.e.bigbee.civ@mail.mil
(brett.e.bigbee.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
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: The United States Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1, Only One Responsible Source based on compatibility with existing Government owned equipment and Government developed software. The Government intends to solicit and negotiate with Clearpath Robotics, Inc., 1425 Strasburg Road Unit 2A, Kitchener, Ontario, N2R 1H2, Canada, for quantity one (1) Husky A200 Unmanned Ground Vehicle (UGV). This notice of intent is not a request for competitive proposals. However, any responsible source who believes it is capable of meeting the requirement may submit a capability statement, proposal, or quotation, which shall be considered by the agency, only if received by the closing date and time of this notice. A determination not to compete the proposed requirement based upon the responses to this notice is solely within the discretion of the Government. 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 2005-95. For purposes of this acquisition, the associated NAICS code is 333924. 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: Quantity One (1) Husky Unmanned Ground Vehicle (UGV) Specifications/Requirement: Quantity One (1) Husky A200 Unmanned Ground Vehicle (UGV) and Various Components Delivery: Delivery is required eight (8) weeks after contract award. Delivery shall be made to Adelphi Laboratory Center (ALC), Adelphi, MD 20783. Acceptance shall be performed at ALC. The FOB point is Destination. Clauses: I. 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. II. Evaluation Criteria - The specific evaluation criteria to be used are as follows: N/A - Sole Source Procurement III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. IV. 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 V. 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's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 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 (Aug 2011) 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 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7008 (DEVIATION 2016-O0001)(OCT 2015), Compliance with Safeguarding Covered Defense Information Controls 252.204-7011, Alternative Line Item Structure 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.211-7003, Item Unique Identification and Valuation 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011) 252.225-7036, Buy American-Free Trade Agreements--Balance of Payments 252.225-7036 ALT I, Buy American-Free Trade Agreements--Balance of Payments 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 VI. 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 (JUL 2015) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015) 52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000 DISCLOSURE OF INFORMATION 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (SEP 2015) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS B.1 ACC - APG POINT OF CONTACT B.3 TECHNICAL POINT OF CONTACT B.5 SOLICIT ONLY ONE SOURCE B.6 TYPE OF CONTRACT E.1 GOV INSPECTION AND ACCEPTANCE G.3 PAYMENT OFFICE (BANKCARD) G.6 TAX EXEMPTION CERT (ARL) H.3 RECEIVING ROOM - ALC I.1 DFARS COMMERCIAL CLAUSES VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. VIII. 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, Adelphi, MD 20783
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4c45dcaee0101272ce0461c41def592f)
 
Place of Performance
Address: Adelphi Laboratory Center, Adelphi, Maryland, 20783-1138, United States
Zip Code: 20783-1138
 
Record
SN04662438-W 20170907/170905232606-4c45dcaee0101272ce0461c41def592f (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 |
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.