Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2025 SAM #8651
SOLICITATION NOTICE

66 -- INTENT TO SOLE SOURCE: One (1) Maple Leaf Photonics PIC (Photonic Integrated Circuits) Probe Station

Notice Date
8/1/2025 10:35:52 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
W911QX25QA094
 
Response Due
8/8/2025 1:59:00 PM
 
Archive Date
08/23/2025
 
Point of Contact
Courtney Betts, Nicole G. Hernandez
 
E-Mail Address
courtney.a.betts2.ctr@army.mil, nicole.g.hernandez2.civ@army.mil
(courtney.a.betts2.ctr@army.mil, nicole.g.hernandez2.civ@army.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. 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): �Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements�. The name of the company the Government intends to award a contract to is Maple Leaf Photonics LLC (913 Squalicum Way, Ste 201-B, Bellingham, WA 98225-2078, Cage Code: 87DD0). 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-25-Q-A094. 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 2025-04 effective 06/11/2025. (iv) The associated NAICS code is 334516. The small business size standard is 1000 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 Single-die optical probe station with chip-eject (Part Number: 210524-1213) Qty One (1) each Single-die optical probe station with chip-eject CLIN 0002 DC/RF (Direct Current / Radio Frequency) Probe Positioners with 5 DOF, 3 motorized axes (XYZ), 25 mm travel, and 1 �m encoder resolution (Part Number: 210602-1420) Qty Two (2) each DC/RF (Direct Current / Radio Frequency) Probe Positioners CLIN 0003 Dust enclosure with removable doors (Part Number: 240708-1132) Qty One (1) Dust enclosure with removable doors CLIN 0004 (Option 1) Additional Long-travel Fiber Positioner (Part Number: 230106-1419) Qty One (1) each Additional Long-travel Fiber Positioner CLIN 0005 (Option 2) Bias Control Module Chassis (SMU) (Part Number: 201231-0730) Qty One (1) each Bias Control Module Chassis (SMU) CLIN 0006 (Option 3) 8-Channel Voltage or Current Card (for BCM) (Part Number: 210205-2150) Qty One (1) each 8-Channel Voltage or Current Card (for BCM) (vi) Description of requirements: CLIN 0001 Qty One (1) each Single-die optical probe station with chip-eject DELIVERY: Three (3) months after award CLIN 0002 Qty Two (2) each DC/RF (Direct Current / Radio Frequency) Probe Positioners DELIVERY: Three (3) months after award CLIN 0003 Qty One (1) Dust enclosure with removable doors DELIVERY: Three (3) months after award CLIN 0004 (Option 1) Qty One (1) each Additional Long-travel Fiber Positioner DELIVERY: Three (3) months after Exercise of Option Modification award CLIN 0005 (Option 2) Qty One (1) each Bias Control Module Chassis (SMU) DELIVERY: Three (3) months after Exercise of Option Modification award CLIN 0006 (Option 3) Qty One (1) each 8-Channel Voltage or Current Card (for BCM) DELIVERY: Three (3) months after Exercise of Option Modification award (vii) Delivery is required by three (3) months after award, estimated 22 November 2025. Delivery shall be made to and Acceptance shall be performed at Army Research Lab, Adelphi Laboratory Center, 2800 Powder Mill Rd, Adelphi, MD 20783. 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) 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, See Notice of Intent to Sole Source above. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. (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: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023) 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 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 (FEB 2024) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50 Combating Trafficking in Persons (NOV 2021) 52.223-20 Aerosols (MAY 2024) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) 52.232-33 Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) 52.232-36 Payment by Third Party (MAY 2014) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) SEE DFARS COMMERCIAL CLAUSES IN PROVISIONS AND CLAUSES FULL-TEXT ATTACHMENT FOR APPLICABLE DFARS CLAUSES (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): Provisions: 52.201-1 Acquisition 360: Voluntary Survey (SEP 2023) 52.204-7 System for Award Management (NOV 2024) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-17 Ownership or Control of Offeror (AUG 2020) 52.204-20 Predecessor of Offeror (AUG 2020) 52.204-29 Federal Acquisition Supply Chain Security Act Orders�Representation and Disclosures (DEC 2023) 52.207-4 Economic Purchase Quantity�Supplies (AUG 1987) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 252.204-7024 Notice on the use of the Supplier Performance Risk System (MAR 2023) Clauses: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.247-34 F.o.b. Destination (JAN 1991) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.225-7002 Qualifying Country Sources as Subcontractors (MAR 2022) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) Local Provisions: SOLICIT ONLY ONE SOURCE EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS Local Clauses: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOV INSPECTION AND ACCEPTANCE EXERCISE OF OPTION TAX EXEMPTION CERT. (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM � ALC DFARS COMMERCIAL CLAUSES (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A (xv) The following notes apply to this announcement: In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. (xvi) Offers are due (5) Business Days after posting by 11:59AM EST to Acquisition Specialist, Courtney Betts at Courtney.a.betts2.ctr@army.mil. (xvii) For information regarding this solicitation, please contact Courtney Betts, Courtney.a.betts2.ctr@army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/401286e0985c4e60bae8080bc48c4d62/view)
 
Place of Performance
Address: Adelphi, MD 20783, USA
Zip Code: 20783
Country: USA
 
Record
SN07533857-F 20250803/250801230045 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.