MODIFICATION
66 -- One (1) vacuum x-ray camera and associated accessories - Amendment 1
- Notice Date
- 8/8/2018
- 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-Q-0014
- Archive Date
- 8/30/2018
- Point of Contact
- Ashley Eaker, Phone: 3013944229
- E-Mail Address
-
ashley.e.eaker2.civ@mail.mil
(ashley.e.eaker2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Evaluation Criteria (LPTA) Salient Characteristics Provisions and Clauses Full-Text Attachment (for Combo Synopsis-Solicitation Combination Synopsis-Solicitation for Commercial Purchases Amendment 0001 COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 66 2. NAICS Code: 334516 3. Subject: One (1) vacuum x-ray camera and associated accessories •The purpose of Amendment W911QX-18-Q-0014-0001 is to change the solicitation stragety from Sole Source to Competitive. 4. Solicitation Number: W911QX-18-Q-0014 5. Set-Aside Code: N/A 6. Response Date: Five (5) Business Day After Posting 7. Place of Delivery: Army Research Laboratory (ARL) Logistics Warehouse, Building 321 6375 Johnson Road Aberdeen Proving Ground, 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-Q-0014This 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 24 January 2018. (iv) 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): CLIN 0001: Quantity One (1) Vacuum X-Ray Camera and associated accessories. (vi) Description of requirements: The Coatings, Corrosion and Engineering Polymers Branch (CCEPB) within the Weapons and Materials Research Directorate (WMRD) at the Army Research Laboratory (ARL) requires a vacuum x-ray camera and associated accessories that have the following characteristics: 1) Shall have a position sensitive x-ray detector with a pixel size of 13.5 micrometers or less. 2) Shall have at least 2048 pixels in the horizontal direction. 3) Shall have a vertical dimension of 13.5 micrometers pixels or greater but shall be capable of being binned or added together via hardware or software to effectively create a monolithic integrated vertical stripe of counts. 4) Shall come with software, hardware (computer, acquisition card, operating system, etc.) and cables to control and acquire data from the camera. This software shall include a graphical user interface and the software shall be usable "out of the box", i.e. not require any end user supplied software code to run, control, and acquire data from the camera. 5) Shall have the ability for the user to write custom code to control and acquire data from the camera. 6) The camera shall be compatible with a high vacuum environment (on the order of 10 to the negative six Torr or lower). 7) The camera shall be equipped with cables, fittings, and vacuum feed through flanges for all power, data, water, and any other items necessary to control and run the camera while in a sealed vacuum chamber. 8) The vacuum flanges shall be the conflat type (or compatible). 9) The vacuum chamber that houses the camera shall have multiple flanges available including: eight (8) inch (") conflat or compatible, six (6)" conflat or compatible, four and half (4 ½)" conflat or compatible to two and three quarters (2 ¾)" conflat or compatible. 10) The vendor shall supply in vacuum cables and external of one (1) meter in length or more. 11) The X-ray camera shall be sensitive to the x-ray energy range of at least one (1) kilo electron volt to eight (8) kilo electron volts. 12) The quantum efficiency over the energy range specified shall be on average of at least 50 precent. If the Contractor has multiple detector elements that meet this sensitivity requirement the Contractors shall submit multiple quotes and/or list the sensor options requested on the quote. 13) The camera weight shall be five (5) kilograms or less. 14) All vendor supplied equipment must be configured to accept standard voltages, frequencies and plugs found in the United States. A frequency of nominally 60 Hertz and a line voltage of nominally 120 volts alternating current. (vii) Delivery is required by 16 weeks ARO. Delivery shall be made to ARL/APG, Logistics Warehouse, Building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005 USA. Inspection and acceptance shall be performed at ARL/APG, Logistics Warehouse, Building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005 USA. 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: 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. 1.Technical Acceptability: 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. 2.Past Performance: Past performance will not be evaluated. The Contracting Officer determines that past performance need not be evaluated because the specialized nature of the equipment makes the equipment very low volume production. Past performance in supplying this to the government most probably does not exist as some vendors may supply primarily to the European market and the past performance requirement would likely exclude one of two known vendors in the world. 3.Price (include in all instances): 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 (with its Alternate I), Offeror Representations and Certifications - Commercial Items 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 (OCT 2016) 52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 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 (OCT 2016) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26 EQUAL OPPORTUNITY (APR 2015) 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JULY 2014) 52.222-50 COMBATTING TRAFFICKING IN PERSONS (MAR 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-- SYSTEM FOR AWARD MANAGEMENT (JUL 2013) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) 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) 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 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 (NOV 2014) 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2016) 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) 252.246-7008 SOURCES OF ELECTRONIC PARTS (OCT 2016) 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 52.204-8 ANNUAL REPRESENTATIONS AND CERIFICATIONS 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JULY 2015) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 52.233-3 PROTEST AFTER AWARD 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 52.252-2 CLAUSES INCORPORATED BY REFERENCE 252.204-0009 CONTRACT-WIDE: BY FISCAL YEAR 252.204-7000 DISCLOSURE OF INFORMATION 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2013) LOCAL INSTRUCTIONS ACC - APG POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) TAX EXEMPTION CERTIFICATE RECEIVING ROOM REQUIREMENTS - ALTERNATE I (APG) ADELPHI CONTRACTING DIVISION WEBSITE EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT FOREIGN NATIONALS PERFORMING 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: Prices given in bids shall be in U.S. dollars and valid through the time of payment (30 days after invoicing). (xvi) Offers are due on five (5) days after posting by 11:59pm EST to Ashley.e.eaker2.civ@mail.mil. (xvii) For information regarding this solicitation, please contact Ashley Eaker, 301-394-4229, Ashley.e.eaker2.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/04a5e8d9c990847f3f77f4d00745cdb0)
- Place of Performance
- Address: Army Research Laboratory (ARL), Logistics Warehouse, Building 321, 6375 Johnson Road, Aberdeen Proving Ground, Maryland, 21005, United States
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN05027087-W 20180810/180808231323-04a5e8d9c990847f3f77f4d00745cdb0 (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 |