SOLICITATION NOTICE
J -- Annual Service Agreement for Government Owned EKSPLA Laser System including parts and travel for one (1) base year period, and two (2) one (1) year option periods - COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS
- Notice Date
- 9/11/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- 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
- W911QX18Q0112
- Archive Date
- 10/2/2018
- Point of Contact
- Ariel M. Amey, Phone: 3013941081
- E-Mail Address
-
ariel.m.amey.civ@mail.mil
(ariel.m.amey.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement (PWS) PROVISIONS AND CLAUSES: FULL TEXT ATTACHMENT COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS (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. INTENT TO SOLICIT ONLY ONE SOURCE The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i). The name of the company the Government intends to award a contract to is Altos Photonics, Inc., 201 S Wallace Ste B2C, Bozeman, MT, 59715-6504, CAGE: 086R3. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (ii) The solicitation number is W911QX18Q0112. 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 2005-100, effective 22 August 2018 (iv) The associated NAICS code is 811219. The small business size standard is $20,500,000.00. (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: EKSPLA Annual Service Agreement base year; 12 months CLIN 0002: EKSPLA Annual Service Agreement option year one (1); 12 months CLIN 0003: EKSPLA Annual Service Agreement option year two (2); 12 months CLIN 0004: Contractor Manpower Reporting (vi) Description of requirements: see attached Performance Work Statement (PWS). (vii) Delivery is one (1) base year period, and two (2) one (1) year option periods. Delivery shall be made to Adelphi Laboratory Center, 2800 Powder Mill Road, Adelphi, MD 20783-1197. Acceptance shall be performed at Adelphi Laboratory Center, 2800 Powder Mill Road, Adelphi, MD 20783-1197. 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: N/A - Sole Source (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: FAR: 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 REREPRESENTATION (JUL 2013) 52.222-3, CONVICT LABOR (JUN 2003) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26, EQUAL OPPORTUNITY (SEP 2016) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50, COMBATING 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-CENTRAL CONTRACTOR REGISTRATION (JUL 2013) DFARS: 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 (MAY 2016) 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.237-7010, PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (JUN 2013) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) (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 (JUL 2016) 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000, DISCLOSURE OF INFORMATION (OCT 2016) 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) Full-Text/Fill-In Clauses: 252.211-7003, ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2, CLAUSES INCORPORATED BY REFERENCE Local Clauses: ACC - APG POINT OF CONTACT SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT CONTRACTOR MANPOWER REPORTING NON-PERSONAL SERVICES DISTRIBUTION STATEMENT A GOV INSPECTION AND ACCEPTANCE EXERCISE OF OPTION TAX EXEMPTION CERT. (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM - ALC WORK HOURS ID OF CONTRACTOR EMPLOYEES GOV'T-CONTRACTOR RELATIONSHIPS EXCEPTIONS IN PROPOSAL ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS CMRA CLIN INSTRUCTIONS (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A (xv) The following notes apply to this announcement: The Government is contemplating a Commercial, Firm Fixed Price (FFP) Contract type for this requirement under the FAR Part 13 Simplified Acquisition Procedures (SAP). In accordance with FAR 32.003, contract financing cannot be provided for this acquisition. (xvi) Offers are due on 17 September 2018, by 3:00 PM Eastern Standard Time (EST), at ariel.m.amey.civ@mail.mil and stephen.c.oliver7.ctr@mail.mil (xvii) For information regarding this solicitation, please contact Stephen Oliver, 301-394-2373, stephen.c.oliver7.ctr@mail.mil; and Ariel Amey, 301-394-1081, ariel.m.amey.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7e659143b1bfb277504d69b3a624a342)
- Place of Performance
- Address: U.S. Army Research Laboratory, 2800 Powder Mill RD, Adelphi, MD, 20783-1197, United States
- Zip Code: 20783-1197
- Zip Code: 20783-1197
- Record
- SN05083359-W 20180913/180911231058-7e659143b1bfb277504d69b3a624a342 (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 |