SOLICITATION NOTICE
66 -- Intent to Sole Source - One (1) Telops FAST M3k High Speed Infrared Camera
- Notice Date
- 8/29/2024 7:16:31 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
- W911QX24Q0286
- Response Due
- 9/6/2024 8:59:00 AM
- Archive Date
- 09/21/2024
- Point of Contact
- Zachary Dowling, Phone: 5206729587, Tony Edwards, Phone: 3013943690
- E-Mail Address
-
zachary.a.dowling2.civ@army.mil, robert.a.edwards147.ctr@mail.mil
(zachary.a.dowling2.civ@army.mil, robert.a.edwards147.ctr@mail.mil)
- Description
- 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 2024-06 effective 29 August 2024. For purposes of this acquisition, the associated NAICS code is 334516. The small business size standard is 1,000 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: Telops Inc. FAST M3k High Speed Infrared Camera with the following options: ? 3-5.4um for FAST M2k/M3k ? 32 Gb internal storage for FAST and HD (16 Gb) ? 50mm lens 3-5um ? Microscope x4 F/4 ? Extender rings kit for MW Bayonet lenses ? Option calibration up to 1500 C with NDFs in fixed position filter wheel for MW M2K/M3K cameras ? Option calibration up to 1500 C with NDFs in fixed position filter wheel for MW M2K/M3K cameras (extra lenses) ? Desktop Computer for IR Camera ? Frame Grabbers (Not compatible with M3k V1k and M1k) ? IRCam Cameralink Cable 5m Full CLIN 0002: Shipping to Aberdeen Proving Ground (FOB Destination) Specifications/Requirement: Not Applicable Delivery: Delivery is required no later than six (6) months after contract award (ACA). Delivery shall be made to 2800 Powder Mill Road Building #102, Receiving Room, Adelphi, Maryland 20783. Acceptance shall be performed at 2800 Powder Mill Road Building #102, Receiving Room, Adelphi, Maryland 20783. The FOB point is Destination. Contact Information: Contract Specialist: Zachary Dowling (Zachary.a.dowling2.civ@army.mil) Contracting Officer: Robert (Tony) Edwards (robert.a.edwards147.civ@army.mil) Clauses: I. 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. II. Evaluation Criteria - The specific evaluation criteria to be used are as follows: As stated in Section 6(i) of this document, 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. If additional proposals are received, the proposals will be evaluated by the Lowest Price Technically Acceptable (LPTA) evaluation criteria (FAR 15.101-2). III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. Not Applicable IV. 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 Not Applicable V. 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: *52.204-7, System for Award Management 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance *52.204-16, Commercial and Government Entity Code Reporting *52.204-17, Ownership or Control of Offeror 52.204-18, Commercial and Government Entity Code Maintenance *52.204-20, Predecessor of Offeror 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-27, Prohibition on a ByteDance Covered Application 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-28, Post-Award Small Business Program Representation 52.222-19, Child Labor�Cooperation with Authorities and Remedies 52.222-20, Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 52.222-21, Prohibition of Segregated Facilities *52.222-22, Previous Contracts and Compliance Reports *52.222-25, Affirmative Action Compliance 52.222-26, Equal Opportunity 52.222-50, Combating Trafficking in Persons 52.225-13, Restrictions on Certain Foreign Purchases 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33, Payment by Electronic Funds Transfer�System for Award Management 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.243-1, Changes � Fixed Price 52.243-1, Changes � Fixed Price � Alternate V 52.247-34, F.O.B. Destination DFARS: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights *252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support *252.204-7016, Covered Defense Telecommunications Equipment or Services� Representation *252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services *252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements 252.204-7020, NIST SP 800-171 DoD Assessment Requirements 252.223-7008, Prohibition of Hexavalent Chromium *252.225-7000, Buy American--Balance of Payments Program Certificate�Basic 252.225-7001, Buy American and Balance of Payments Program�Basic 252.225-7007, Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies *252.225-7031, Secondary Arab Boycott of Israel *252.225-7055, Representation Regarding Business Operations with the Maduro Regime 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime *252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation 252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region 252.232-7010, Levies on Contract Payments 252.244-7000, Subcontracts for Commercial Products or Commercial Services 252.247-7023, Transportation of Supplies by Sea�Basic *Denotes a prescription VI. 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 Clauses: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT DISTRIBUTION STATEMENT A GOV INSPECTION AND ACCEPTANCE TAX EXEMPTION CERT. (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM � ALC ARMY CONTRACT WRITING SYSTEM (ACWS) TRANSITION INFORMATION EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL PAYMENT TERMS *52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25, Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment *52.204-26, Covered Telecommunications Equipment or Services� Representation *52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 252.211-7003, Item Unique Identification and Valuation 252.232-7006, Wide Area WorkFlow Payment Instructions *Denotes a prescription VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as Not Appliable. VIII. The following notes apply to this announcement: In accordance with (IAW) FAR 32.003, contract financing cannot be provided for this acquisition Place of Performance: 2800 Powder Mill Road Building #102, Receiving Room, Adelphi, Maryland 20783 Set Aside: Not Applicable
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1dcf6eb76c564e51a26343b281cc499a/view)
- Place of Performance
- Address: Quebec G2E 6J5, CAN
- Zip Code: G2E 6J5
- Country: CAN
- Zip Code: G2E 6J5
- Record
- SN07192617-F 20240831/240829230124 (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 |