SOLICITATION NOTICE
66 -- NOTICE OF INTENT TO SOLE SOURCE � Complete Metallography System and Associated Components
- Notice Date
- 7/24/2020 11:39:15 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-20-Q-0198
- Response Due
- 7/31/2020 8:59:00 AM
- Archive Date
- 08/15/2020
- Point of Contact
- Karen A. Tran, Phone: 5756784963, Phillip J. Amador, Phone: 5756783523
- E-Mail Address
-
karen.a.tran.civ@mail.mil, phillip.j.amador.civ@mail.mil
(karen.a.tran.civ@mail.mil, phillip.j.amador.civ@mail.mil)
- Description
- (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. 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 Allied High Tech Products, Inc. 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 W911QX-20-Q-0198. 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 2020-07, dated July 2, 2020. � �������������������� (iv)� The associated NAICS code is 334516. The small business size standard is 1,000 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: One (1) complete Zeiss high throughput metallography system for rapid preparation, imaging, and machine-learning-enabled analysis. � �������������������� (vi) �Description of requirements: � ��������� The contractor shall provide requirement described in section 8(v), delivered to the US Army Research Laboratory � South, at the address listed in section 7. � �������������������� (vii) Delivery is required by thrity (30) days After Receipt of Order (ARO). �Delivery shall be made to U.S. Army Research Laboratory � South, at 575 Ross Street (3003 TAMU), College Station, TX 77843. Acceptance shall be performed at the U.S. Army Research Laboratory � South, at 575 Ross Street (3003 TAMU), College Station, TX 77843. The FOB point is Destination. � �������������������� (viii) The provision at 52.212-1, Instructions to Offerors � Commercial DEVIATION 2018-O0018, 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 � � �������������������� (x)� Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer (SAM.gov registration). N/A � �������������������� (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� (JUN 2020) 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 2020) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26, EQUAL OPPORTUNITY (SEP 2016) 52.222-35, EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) 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) 52.232-36, PAYMENT BY THIRD PARTY (MAY 2014) DFARS: 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS� (OCT 2016) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7000 BUY AMERICAN�BALANCE OF PAYMENTS PROGRAM CERTIFICATE� 252.225-7001 BUY AMERICAN -BALANCE OF PAYMENTS PROGRAM� 252.225-7972, PROHIBITION ON THE PROCUREMENT OF FOREIGN-MADE UNMANNED AIRCRAFT SYSTEMS (MAY 2020)(DEVIATION 2020-O0015) 252.225-7973, PROHIBITION ON THE PROCUREMENT OF FOREIGN-MADE UNMANNED AIRCRAFT SYSTEMS � REPRESENTATION (MAY 2020)(DEVIATION 2020-O0015) 252.225-7974�� , REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (FEB 2020) 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 (FEB 2019) �������������������� (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 (OCT 2018) 52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015) 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-1, PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000, DISCLOSURE OF INFORMATION (OCT 2016) 252.211-7003, ITEM IDENTIFICATION AND VALUATION (JUN 2013) 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) REPORTS (JUN 2012) ACC � APG POINT OF CONTACT TECHNICAL POINT OF CONTACT INTENT TO SOLICIT ONLY ONE SOURCE GOV INSPECTION AND ACCEPTANCE TAX EXEMPTION CERT. (ARL) EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTRACTING DIVISION WEBSITE 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: None. � �������������������� (xvi)� Offers are due Five (5) Business Days After Posting by 11:59 AM EST, at karen.a.tran.civ@mail.mil, and copy aiden.b.witt.ctr@mail.mil on all correspondence. � �������������������� (xvii)� For information regarding this solicitation, please contact, karen.a.tran.civ@mail.mil, Phone: (575) 678-4963.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/001337448507468ab8e8906ae3cf5503/view)
- Place of Performance
- Address: College Station, TX 77843, USA
- Zip Code: 77843
- Country: USA
- Zip Code: 77843
- Record
- SN05733440-F 20200726/200724230148 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |