SOLICITATION NOTICE
66 -- Oscilliscope - Solicitation - Salient Characteristics - Provision and Clauses
- Notice Date
- 11/20/2017
- 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-18-T-0002
- Archive Date
- 12/12/2017
- Point of Contact
- Crystal L. Demby, Phone: 3013945332
- E-Mail Address
-
crystal.l.demby.civ@mail.mil
(crystal.l.demby.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 66 2. NAICS Code: 334515 3. Subject: two (2) Oscilloscope 4. Solicitation Number: W911QX-18-T-0002 5. Set-Aside Code: Full and Open 6. Response Date: 5 Days after posting 7. Place of Delivery/Performance: U.S. Army Research Laboratory Aberdeen Proving Ground Aberdeen, MD 21005 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-18-T-0002. This acquisition is issued as an request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective 19 January 2017. (iv) This acquisition is full and open competition. 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): CLIN 0001 two (2) each Oscilloscope to include shipping FOB Destination to Aberdeen Proving Ground, MD 21005. (vi) Description of requirements: Salient Characteristics T he Government requires quantity (qty.) two (2) Oscilloscope - Infiniium S Series 2.5 gigahertz (GHz) 4 channel The Contractor shall provide two (2) Oscilloscope meeting the following specifications: The oscilloscope shall have a bandwidth greater than or equal to 2,500,000,000 hertz (also commonly termed 2.5 GHz). The oscilloscope shall have four (4) independent recording channels. The oscilloscope shall have at least one (1) external trigger input. Each of the four (4) independent recording channels shall be capable of running with impedance set to 50 ohms. Each of the four (4) independent recording channels shall be capable of running with impedance set to 1,000,000 ohms (also known as 1 Mohm) Each of the four (4) independent channels shall be capable of recording at a sampling rate of at least 20,000,000,000 samples per second (also commonly termed 20 Gigasamples/s or 20 Gsamp/s or 20 Gs/s). Each of the four (4) independent channels shall be capable of recording 100,000,000 (100M) samples @ 20 Gigasamples/second or greater. The oscilloscope shall have an external display so it can run as a standalone entity. The oscilloscope shall have an touch-screen display input mode. The oscilloscope shall be able to interface with a computer to be controlled remotely. The oscilloscope shall have an Ethernet interface. The oscilloscope shall have a Universal Serial Bus (USB) interface. The oscilloscope shall be capable to mount in a standard 19" laboratory rack. The oscilloscope shall come with the hardware to mount in a 19" laboratory rack. The oscilloscope shall come with the power supply and all accessories so as to be run upon receiving. The oscilloscope shall run on standard 110 volt alternating current power (110V ac). (vii) Delivery is required by 10 to 12 weeks after receipt of order (ARO). Delivery shall be made to US Army Research Lab, Aberdeen Proving Ground, Aberdeen, MD 21005. Acceptance shall be performed at US Army Research Lab, Aberdeen Proving Ground, Aberdeen, MD 21005. 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 - Supplies (Tradeoff) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will first be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. Those offers that meet or exceed the stated performance characteristics and specifications will then be evaluated in terms of technical aspects above the minimum requirements and of those aspects not addressed in the solicitation performance characteristics and specifications that would be most beneficial to the Government. In particular, the Government is willing to trade-off on price for offerors that exceed the following performance characteristics/specifications and/or delivery time: Delivery Lead Time: Ten (10) weeks upon receipt of contract award. 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 or exceeds 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. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include 1 record of sales from the previous 18 months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), 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 (JULY 2013) 52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (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 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50 COMBATING TRAFFICKING IN PERSONS (FAR 2015) 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-OTHER THAN CENTRAL CONTRACT REGISTRATION (JULY 2013) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 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) 252.204-7000 DISCLOSURE OF INFORMATION 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 COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (SEP 2015) 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011) 252.225-7000 BUY AMERICAN ACT STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2012) 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2012) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) (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): Provisions: 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015) Clauses: 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015) 252.204-0007 Contract-wide: Sequential ACRN Order. (Sep 2009) 252.211-7003 Item Identification and Valuation (Jun 2013) 252.232-7006 Wide Area Workflow Payment Instructions 52.252-2 Clauses Incorporated by Reference Adelphi Local Special Instructions and Full Text Clauses and Provisions ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT FOREIGN NATIONALS REPORTING TYPE OF CONTRACT (Reference: 52.216-1) GOV INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERT (ARL) RECEIVING ROOM - APG 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 52.252-2 CLAUSES INCORPORATED BY REFERENCE 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION DFARS COMMERCIAL ACQUISITION PROVISIONS AND CLAUSES (OCT 2015) [Local Adelphi Clause] ADELPHI CONTRACTING DIVISION WEBSITE PAYMENT TERMS (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A. (xv) The following notes apply to this announcement: In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. (xvi) Offers are due on 5 days after posting, by 11:59 am eastern, at: Crystal.l.demby.civ@mail.mil (xvii) For information regarding this solicitation, please contact Crystal Demby, Crystal.l.demby.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dfee72b4b81d0cb79200806c09f64b81)
- Place of Performance
- Address: Aberdeen Proving Ground, Aberdeen, Maryland, United States
- Record
- SN04745093-W 20171122/171120231035-dfee72b4b81d0cb79200806c09f64b81 (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 |