SOLICITATION NOTICE
66 -- One (1) 1550 Nanometer Single Frequency Fiber Laser
- Notice Date
- 9/5/2023 9:05:23 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
- W911QX23Q0225
- Response Due
- 9/12/2023 8:59:00 AM
- Archive Date
- 09/27/2023
- Point of Contact
- Cait Marino, Phone: 3013943165, Lee E. Troope, Phone: 3013941090
- E-Mail Address
-
caitlin.p.marino.ctr@army.mil, lee.e.troope.civ@army.mil
(caitlin.p.marino.ctr@army.mil, lee.e.troope.civ@army.mil)
- Description
- SEE ATTACHMENTS FOR FULL TEXT (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 NKT Photonics, Inc., 23 Drydock Avenue, Suite 410E, Boston, MA 02210 (CAGE Code: 5LT64). 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 W911QX23Q0225. This acquisition is issued as a Request for Quotation (RFQ). ����������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05, effective date 08 August 2023. ����������������������� (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: Qty one (1) 1550 Nanometer Single Frequency Fiber Laser (Item No. K82274) to include shipping & handling, each (ea) ����������������������� (vi) �Description of requirements: The Contractor shall provide one (1) 1550 Nanometer Single Frequency Fiber Laser (Item No. K82274) with the following specifications: wavelength of 1550 nanometers (nm) full compatibility with the Traverse Solutions and Instruments (TSI) Brand-Name Multi-Channel Photon Dopler Velocimetry (PDV) Homodyne System ����������������������� (vii) Delivery is required by 60 days after contract award. Delivery shall be made to Aberdeen Proving Ground, Aberdeen, MD 21005. Acceptance shall be performed at Aberdeen Proving Ground, Aberdeen, MD 21005. 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)� Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. ����������������������� (x)� 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. ����������������������� (xi)� 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 (JUN 2020) FAR 209-6, PROCTECTING THE GOVERNMENT�S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (MAR 2023) 52.222-3, CONVICT LABOR (JUN 2003) 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (DEC 2022) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26, EQUAL OPPORTUNITY (SEP 2016) 52.222-36, EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020) 52.222-50, COMBATING TRAFFICKING IN PERSONS (NOV 2021) 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (JUN 2020) 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (FEB 2021) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION (OCT 2018) 52.232-36, PAYMENT BY THIRD PARTY (MAY 2014) ����������������������� (xii)� 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): FAR/DFARS Provisions: 52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020) 52.204-20, PREDECESSOR OF OFFEROR (AUG 2020) FAR/DFARS Clauses: 52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 52.204-19, INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.204-27, PROHIITION ON A BYTEDANCE COVERED APPLICATION (JUN 2023) 52.232-39, UNEFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.243-1, CHANGES�FIXED PRICE (AUG 1987) 52.247-34, F.O.B. DESTINATION (NOV 1991) 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7002, REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) 252.204-7000, DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7003, CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.211-7003, ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022) 252.225-7048, EXPORT-CONTROLLED ITEMS (JUN 2013) 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.243-7001, PRICING OF CONTRACT MODIFICATIONS (DEC 1991) FAR/DFARS Fill/In Full Text Clauses: *52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) *52.204-26, COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (OCT 2020) *52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.211-7003, ITEM IDENTIFICATION AND VALUATION (MAR 2022) 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) Adelphi Local Instructions: ACC � APG POINT OF CONTACT TECHNICAL POINT OF CONTACT *INTENT TO SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT GOV INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERT. (ARL) RECEIVING ROOM � APG DFARS COMMERCIAL CLAUSES *EXCEPTIONS IN PROPOSAL *AWARD OF CONTRACT *ADELPHI CONTR. DIVISION URL *FOREIGN NATIONALS PERFORMING *PAYMENT TERMS (xiii)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A� ����������� (xiv)� The following notes apply to this announcement: The Government is contemplating a Commercial, Firm-Fixed-Price (FFP) contract type for this requirement under FAR Part 13 Simplified Acquistion Procedures (SAP). In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. (xv)� Offers are due five (5) business days after solicitation posting, by 11:59am EST via email to Lead Acquistion Specialist, Catilin Marino, (301) 394.3165, caitlin.p.marino.ctr@armil.mil. (xvi)� For information regarding this solicitation, please contact Lead Acquisition Specialist, Caitlin Marino, (301) 394.3165, caitlin.p.marino.ctr@army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/36fb776d06c0436f9e51e432a3be9aee/view)
- Place of Performance
- Address: Boston, MA 02210, USA
- Zip Code: 02210
- Country: USA
- Zip Code: 02210
- Record
- SN06819010-F 20230907/230905230056 (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 |