SOLICITATION NOTICE
66 -- NOTICE OF INTENT TO SOLE SOURCE - One (1) Advanced Semiconductor Test System with Additional Specifications
- Notice Date
- 7/30/2024 5:15:33 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX24Q0262
- Response Due
- 8/5/2024 8:59:00 AM
- Archive Date
- 08/20/2024
- Point of Contact
- David Erb, Phone: 5206729596, Christopher R. Moy, Phone: 5206730241
- E-Mail Address
-
david.j.erb4.civ@army.mil, christopher.r.moy.civ@army.mil
(david.j.erb4.civ@army.mil, christopher.r.moy.civ@army.mil)
- Description
- 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. NOTICE: 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 MPI America located at 2360 Qume Drive, Suite C., San Jose, CA 95131-1838.� 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. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05.� For purposes of this acquisition, the associated NAICS code is 334515.� The small business size standard is 750 Employees. Contract Line Item (CLIN) Structure: 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) Advanced Semiconductor Test System that includes the following: Qty One (1) TS200A-HP ADVANCED MANUAL TEST SYSTEM / HIGH POWER (Part Number:� TS200-HP) Qty One (1) 200MM AMBIENT CHUCK / HIGH POWER / COAX (Part Number:� RC-200CP) Qty One (1) LINEAR MICROSCOPE MOVEMENT XYZ / 50x50x140MM / VIDEO MICROSCOPE (Part Number:� OP-5050ZUM-VM) Qty One (1) MPI MEGAZOOM MZ12 MICROSCOPE (Part Number:� OP-MZ12) Qty One (1) HDMI CAMERA MOTICAM4000 (Part Number:� CAM-4000P) Qty One (1) MP60 MICROPOSITIONER / RIGHT (Part Number:� MP60R) Qty One (1) MP60 MICROPOSITIONER / LEFT (Part Number:� MP60L) Qty Two (2) PROBE ARM RF NORTH AND SOUTH SE / MULTI-CONTACT WEDGE (Part Number:� PA-MCW-NS-SE) Qty One (1) SHIELDCAP UPGRADE / MULTI-CONTACT WEDGE / SE (Part Number:� SUB-SC-MCW) Qty Two (2) PROBE ARM ADAPTATION / PA-R-SE / MCP (Part Number:� PA-AD-MCP) Qty One (1) SHIELDCAP CABLE FEEDTHROUGH / SET (Part Number:� FT-CB-SC) Qty One (1) EMC INTERFACE PANEL /KEITHLEY 4200 (Part Number:� DBP-KL) Qty One (1) STANDARD DARK BOX INTERFACE PANEL / CABLE FEEDTHROUGH (Part Number:� DBP-CB-FT) Qty One (1) VIBRATION ISOLATION TABLE ADVANCED / TS200A-HP / UPGRADE (Part Number:� VITADV-TS200HP-OPT) Qty One (1) 21.5 INCH SCREEN DISPLAY (Part Number:� TSTB-SD) Qty One (1) SINGLE MONITOR STAND (Part Number:� TSTB-MST-1X) Qty One (1) INSTALLATION MANUAL TS SERIES / AMBIENT (Part Number:� INST-TSXXX-AMB-NA) Shipping Specifications/Requirement:� N/A Delivery:� Delivery is required no later than 31 October 2024.� Delivery shall be made to U.S. Army Research Laboratory Adelphi Lab, 2800 Powder Mill Rd., Adelphi, MD 20783.� Acceptance shall be performed at U.S. Army Research Laboratory Adelphi Lab, 2800 Powder Mill Rd., Adelphi, MD 20783.� The Free On Board (FOB) point is Destination. Clauses: The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition.� The following addenda have been attached to this provision: In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. Evaluation Criteria - The specific evaluation criteria to be used are as follows:� N/A. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer:� N/A 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:� N/A. 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 2018) 52.209-6, Protecting The Government� Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (NOV 2021) 52.219-1, Small Business Program Representations (OCT 2022) 52.219-1, Small Business Program Representations (DEVIATION) (JAN 2024) 52.219-1, Small Business Program Representations�Alternate I (SEPT 2015) 52.219-28, Post-Award Small Business Program Representation (MAR 2023) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (NOV 2023) 52.222-20, Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 (JUN 2020) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-22, Previous Contracts and Compliance Reports (FEB 1999) 52.222-25, Affirmative Action Compliance (APR 1984) 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) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications (JUN 2020) 52.232-1, Payments (APR 1984) 52.232-2, Payments Under Fixed-Price Research and Development Contracts (APR 1984) 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) 52.232-36, Payment by Third Party (MAY 2014) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (SEP 2022) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023) 252.204-7016, Covered Defense Telecommunications Equipment or Services�Representation (DEC 2019) 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (MAY 2021) 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023) 252.211-7003, Item Unique Identification and Valuation (JAN 2023) 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors (JAN 2023) 252.223-7008, Prohibition of Hexavalent Chromium (JAN 2023) 252.225-7001, Buy American and Balance of Payments Program�Basic (JAN 2023) 252.225-7007, Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies (DEC 2018) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006, Wide Area Workflow Payment Instructions (JAN 2023) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.244-7000, Subcontracts for Commercial Products or Commercial Services (NOV 2023) 252.247-7023, Transportation of Supplies by Sea�Basic (JAN 2023) 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 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 (AUG 2020) 52.204-17, Ownership of Control of Offeror (AUG 2020) 52.204-18, Commercial And Government Entity Code Maintenance (AUG 2020) 52.204-19, Incorporation By Reference Of Representations And Certifications (DEC 2014) 52.204-20, Predecessor Of Offeror (AUG 2020) 52.204-22, Alternative Line Item Proposal (JAN 2017) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-25, Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-26, Covered Telecommunications Equipment or Services�Representation (OCT 2020) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (NOV 2023) 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) 52.233-3, Protest after Award (AUG 1996) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) 52.247-34, F.O.B. Destination (NOV 1991) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (DEC 2022) 252.204-7003, Control of Government Personnel Work Product (APR 1992) 252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting (DEC 2019) 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (MAR 2022) 252.204-7020, NIST SP 800-171 DoD Assessment Requirements (JAN 2023) 252.225-7048, Export-Controlled Items (JUN 2013) 252.225-7055, Representation Regarding Business Operations With The Maduro Regime (MAY 2022) 252.225-7056, Prohibition Regarding Business Operations With The Maduro Regime (JAN 2023) 252.243-7001, Pricing Of Contract Modifications (DEC 1991) Adelphi Local Clauses ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT INTENT TO SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT DISTRIBUTION STATEMENT A GOV INSPECTION AND ACCEPTANCE TAX EXEMPTION CERT. (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM � ALC DFARS COMMERCIAL CLAUSES EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment Nov 2021. 52.204-25, Prohibition on Contracting for 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 Unique Identification and Valuation (JAN 2023) 252.232-7006, Wide Area Workflow Payment Instructions (JAN 2023) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A.� The following notes apply to this announcement:� N/A. Place of Performance: US ARMY RESEARCH LABORATORY 2800 POWDER MILL ROAD ADELPHI MD 20783 Set Aside:� N/A
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/33f75b82a8f14ebbb3af64cc9bcf59d5/view)
- Place of Performance
- Address: Adelphi, MD 20783, USA
- Zip Code: 20783
- Country: USA
- Zip Code: 20783
- Record
- SN07149372-F 20240801/240730230123 (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 |