SOLICITATION NOTICE
66 -- One (1) each Angle-Resolved Photoemission Spectroscopy (ARPES) Tool, one (1) each Scanning Tunneling Microscopy (STM) Cluster Tool and one (1) each Hand-Off Chamber that are all interconnected by ultra-high-vacuum transfer mechanism
- Notice Date
- 8/11/2020 9:46:57 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
- W911QX20Q0205
- Response Due
- 8/26/2020 12:00:00 PM
- Archive Date
- 09/10/2020
- Point of Contact
- Christine Chase, Phone: 3013944012, Zachary Dowling, Phone: 3013943374
- E-Mail Address
-
christine.m.chase10.civ@mail.mil, zachary.a.dowling2.ctr@mail.mil
(christine.m.chase10.civ@mail.mil, zachary.a.dowling2.ctr@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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. ������������������� (ii)� The solicitation number is W911QX-20-Q-0205. This acquisition is issued as an Request for Quote (RFQ). ������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 ������������������� (iv)� This acquisition is set-aside for 100% Small Buisness Set-Aside. 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) Angle-Resolved Photoemission Spectroscopy (ARPES) ���Tool CLIN 0002: One (1) Scanning Tunneling Microscopy (STM) Cluster Tool CLIN 0003: One (1) Hand-Off Chamber CLIN 0004: To include Shipping FOB Destination ������������������� (vi) �Description of requirements: *See attached Salient Characteristics document* ������������������� (vii) Delivery is required by 12 months After Contract Award (ACA). Delivery shall be made to 2800 Powder Mill Road Adelphi Maryland 20783. Acceptance shall be performed at 2800 Powder Mill Road Adelphi Maryland 20783. The FOB point is Desination. ������������������� (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:� 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: ��������� Custom Ultra-high vacuum (UHV) connection to existing equipment ��������� Sample translation within UHV without transfer arms ��������� Custom design to facilitate sample transfer/handoff ��������� Delivery within ten (10) months preferred��� 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 two (2)_ records of sales from the previous 12 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. None ������������������� (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: 52.203-3, GRATUITIES (APR 1984) 52.203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) 52.203-6 Alternate I, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (JUN 2020) 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018) 52.209-6, PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.209-9, UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018) 52.219-6, DEVIATION 2020-O0008 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) 52.219-8, UTILIZATION OF SMALL BUSINESS CONCERNS (OCT 2018) 52.219-9, SMALL BUSINESS SUBCONTRACTING PLAN (AUG 2018) 52.219-14, DEVIATION 2020-O0008 LIMITATIONS ON SUBCONTRACTING (JAN 2017) 52.219-16, LIQUIDATED DAMAGES-SUBCONTRACTING PLAN (JAN 1999) 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.219-33, NONMANUFACTURER RULE (MAR 2020) 52.222-3, CONVICT LABOR (JUN 2003) 52.222-19, DEVIATION 2020-O0019 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) 52.222-37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016) 52.222-40, NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) 52.222-50, COMBATING TRAFFICKING IN PERSONS (JAN 2019) 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 (OCT 2018) DFARS: 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7003, CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.204-7016, COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7017, PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7018, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (DEC 2019) 252.205-7000, PROVISION OF INFORMATION TO COOPER. ATIVE AGREEMENT HOLDERS (DEC 1991) 252.213-7000, NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PEFORMANCE INFORMATION RETRIEVAL SYSTEM�STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (MAR 2018) 252.215-7008, ONLY ONE OFFER (JUL 2019) 252.219-7003, SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS) (DEC 2019) 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 2017) 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7012, PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2017) 252.225-7052, RESTRICTION ON THE ACQUISITION OF CERTAIN MAGNETS AND TUNGSTEN (DEC 2019) (DEVIATION 2020-O0006) 252.225-7974 DEVIATION 2020-O0005, REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (FEB 2020) 252.226-7001, UTILIZATION OF INDIAN ORGANIZATIONS, AND INDIAN-OWNED ECONOMIC ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS (APR 2019) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.243-7002, REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) (xviii)� The following additional contract requirement(s) or terms and conditions apply: FAR: 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 2016) 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (DEC 2019) 52.209-7, INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) DFARS: 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) ������������������� (xiv)� 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): ADELPHI LOCAL CLAUSE LIST OF SPECIAL INSTRUCTIONS: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT AT-OPSEC REQUIREMENTS DISTRIBUTION STATEMENT A GOV INSPECTION AND ACCEPTANCE TAX EXEMPTION CERT. (ARL) RECEIVING ROOM � ALC EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL PAYMENT TERMS 52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (Feb 1998) 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.211-7003, ITEM UNIQUE IDENTIFICATION AND VALUATION 252.232-7006, WIDE AREA WORKLFLOW PAYMENT INSTRUCTIONS ������������������� (xv)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. ������������������� (xvi)� The following notes apply to this announcement:� In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. ������������������� (xvii)� Offers are due 15 days After Contract Award (ACA), by 12:00pm EST, at Christine.m.chase10@mail.mil ������������������� (xviii)� For information regarding this solicitation, please contact Christine Chase, Christine.m.chase10@mail.mil, 301-394-4012.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5045b3f1f8ae4ddf9ff0805ec3c7b87f/view)
- Place of Performance
- Address: Adelphi, MD 20783, USA
- Zip Code: 20783
- Country: USA
- Zip Code: 20783
- Record
- SN05753584-F 20200813/200811230150 (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 |