MODIFICATION
66 -- PURCHASE OF ONE (1) INFRARED ULTRASONIC LASER MACHINE
- Notice Date
- 3/28/2018
- Notice Type
- Modification/Amendment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 Powder Mill Road, Building 601, Adelphi, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-18-R-0019
- Point of Contact
- Coleman Dieger, Phone: 5756785450
- E-Mail Address
-
d.c.dieger.civ@mail.mil
(d.c.dieger.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. No bids to-date, therefore amending for responses to close on 3/30/2018 in order to confirm market response. Description: Disclaimer: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 13.105, 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 : THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED: THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE competitive in terms of market prices, quality, and delivery. If ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING oFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE first, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET. (ii) The solicitation number is W911QX-18-R-0019. This acquisition is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 effective 06 November 2017. (iv) The associated NAICS code is 334516. The small business size standard is 1,000 Employees. (v) The following is a list of the anticipated minimum Government specifications, items, quantities and units of measure, (including option(s), if applicable): 1. Shall be a repetition rate between 5-8 Hz 2. Shall have Infrared laser capability 3. Shall have a pulse width between 5-6 ns 4. Shall have a Pulse Energy of 470-500 mJ, which may be adjustable 5. Shall have Max power supply dimensions (LxWxH) = 600 mm x 300 mm x 600 mm 6. Cabling from power supply to laser head shall be no less than 5 feet no greater than 20 feet 7. Shall Laser head dimensions not greater than (LxWxH) = 350 mm x 90 mm x 90 mm 8. Weight requirements not greater than (portability): power supply- 75 lbs, laser head 10 lbs 9. Required electrical service 100-120 V 50/60 Hz or 200-240 V, 50/60 Hz 10. RS232 compatible 11. Communication SYNC IN/OUT Capabilities, 0-5 V input/output 12. Q-Switch SYNC IN/OUT Capabilities, 0-5 V input/output 13. Four (4) flat mountable Mirrors Compatible with High Power Laser, minimal size 1” x 1”, max 2” x 2” 14. Remote shutters, laser blocker 15. Beam forming lenses to allow for (1) line source, (2) point source, (3) a number of focal lengths 16. Light weight mounting plate for laser head 17. Two (2) Signal amplifiers able to amplify broadband signals from at least 500 kHz to 75 MHz and provide variable gain adjustment from 0 to +80 dB 18. Two (2) pair of safety goggles. This acquisition is issued as a Request for Quote (RFQ). (vi) Delivery is required with ten (10) days After Receipt of Order (ARO). Delivery shall be made to U.S. Army Research Laboratory, Aberdeen Proving Ground, MD 21005-5066. Acceptance shall be performed at Government. 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: Not Applicable 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. 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 - The specific evaluation criteria to be used are as follows: (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 these items are commercial in nature and therefore, anyone in the market place would be able to satisfactorily provide them. 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). 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 (JUL 2013); 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015); 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015); 52.209-6 PROTECTING THE GOVERNMENT’ INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013); 52.212-3 ALT 1 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (OCT 2015) ALT I (OCT 2014); 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAY 2015); 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014); 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV2011); 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 (APR 2015); 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); 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATIONS (OCT 2015); 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION (JUL 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 (OCT 2016); 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992); 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); 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011); 252.225-7000 BUY AMERICAN STATUTE—BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2012); 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2012); 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 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). 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): 52.232-18 AVAILABILITY OF FUNDS (APR 1984); 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998), 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011), 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013); ACC - APG POINT OF CONTACT; TECHNICAL POINT OF CONTACT; TYPE OF CONTRACT; GOV INSPECTION AND ACCEPTANCE; TAX EXEMPTION CERT. (ARL); RECEIVING ROOM – APG; ADELPHI CONTR. DIVISION URL; ACC-APG AVAILABILITY OF FUNDS. VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as Not Applicable. VIII. The following notes apply to this announcement: N/A
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/07948f420a7fabb20ad53a8eec8e380d)
- Place of Performance
- Address: U.S. Army Research Laboratory, Aberdeen Proving Ground, Maryland, 21005-5066, United States
- Zip Code: 21005-5066
- Zip Code: 21005-5066
- Record
- SN04870439-W 20180330/180328231921-07948f420a7fabb20ad53a8eec8e380d (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 |