SOLICITATION NOTICE
66 -- Combined Synopsis/Solicitation/RFQ - Digital Microscope, etc. (Amend 1)
- Notice Date
- 8/21/2025 6:28:15 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-25-Q-A030
- Response Due
- 9/4/2025 2:30:00 PM
- Archive Date
- 09/19/2025
- Point of Contact
- Edmund Bousaleh, Alejandro Ayala
- E-Mail Address
-
edmund.j.bousaleh.civ@army.mil, alejandro.ayala.civ@army.mil
(edmund.j.bousaleh.civ@army.mil, alejandro.ayala.civ@army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Summary of Changes: Amend 1, issued 21 August 2025 - Question and Answer Document attached Combined Synopsis/Solicitation/RFQ: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) This solicitation, number W911QY25QA030, is issued as a Request for Quotation (RFQ) for a Firm-Fixed-Price (FFP) contract for a digital microscope, etc.. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2025-05 effective 8 August 2025. (iv) This combined synopsis/solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. This combined synopsis/solicitation permits full and open competition. The associated North American Industrial Classification System (NAICS) code for this acquisition is 334516 � Analytical Laboratory Instrument Manufacturing with a small business size standard of 1,000 employees. The applicable Product Service Code (PSC) is 6640 � Laboratory Equipment and Supplies. (v) Proposed line item numbers, items, quantities (QTY), units of measure (UoM), Period of Performance (PoP) are as follows: CLIN 0001 � One digital microscope with all associated hardware, software, controllers, safety equipment, installation, training, and recommended spare parts that are necessary for the digital microscope�s immediate use at Natick Soldier Systems Center. The digital microscope, etc., must meet the specifications in the attached List of Salient Characteristics. QTY: 1. UoM: Each. Delivery Date: The Government anticipates delivery approximately twenty-three (23) weeks after receipt of order (flexible). (vi) U.S. Army Combat Capabilities Development Command, Soldier Center (DEVCOM-SC) requires a digital microscope with all associated hardware, software, controllers, safety equipment, installation, training, and recommended spare parts that are necessary for the digital microscope�s immediate use at Natick Soldier Systems Center. (vii) Delivery is required electronically to U.S. Army Combat Capabilities Development Command Soldier Center (DEVCOM-SC), 10 General Greene Ave, Natick, MA 01760. Delivery, inspection, and acceptance to be performed by the Government at FOB Destination. (viii) The provision at 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services (SEP 2023), applies to this acquisition and is incorporated by reference into this RFQ. In accordance with FAR 12.302, the Contracting Officer has tailored the provision at 52.212-1 as applicable to this acquisition. See the attached Tailored Clause and Provision Addendum for details. (ix) Quotes will be evaluated in a tradeoff process consistent with FAR 13.106-2. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer will be most advantageous to the Government, price, and other factors considered. The following factors shall be used to evaluate offers: (A) Technical Capability: The Government will evaluate each offered microscope against the Government�s technical requirements and to meet its mission requirements described in the background section, all contained in the List of Salient Characteristics document that is attached to this solicitation. Offered microscopes that do not at least meet ALL of the Government�s technical requirements will not be considered for award. (B) Supplier Performance Risk System (SPRS) Supplier Risk Score: The Government will consider each offeror�s supplier risk score in SPRS in evaluating offers. An offeror�s lack of a supplier risk score in SPRS will be considered neither favorable nor unfavorable. (C) Price: The Government will consider each offeror�s total price in evaluating offers. Quotes shall include a total price including any shipping costs. The Government intends to award a contract without discussions with the Offeror but reserves the right to conduct discussions if determined to be in the best interest of the Government. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its quote. (xi) The clause at 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services (NOV 2023), applies to this acquisition and is incorporated by reference into this RFQ. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Products and Commercial Services (DEVIATION 2025-O0003/4) (MAR 2025), applies to this acquisition and is incorporated by reference into this RFQ. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (DEC 2023) 52.204-25, Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) 52.204-30, Federal Acquisition Supply Chain Security Act Orders�Prohibition (DEC 2023) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.219-28, Post-Award Small Business Program Representation (JAN 2025) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (JAN 2025) 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) 52.223-21, Foams (MAY 2024) 52.223-23, Sustainable Products and Services (DEVIATION 2025-O0004) (MAR 2025) 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) 52.232-40, 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) 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act�Covered Foreign Entities (NOV 2024) (xiii) The following additional FAR and DFARS provisions and clauses apply to this acquisition and are incorporated by reference: 52.204-7, System for Award Management (NOV 2024) 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 or Control of Offeror (AUG 2020) 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-20, Predecessor of Offeror (AUG 2020) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) 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) 52.204-29, Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures (DEC 2023) 52.222-20, Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 (JUN 2020) 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013) 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2, Clauses Incorporated by Reference (FEB 1998) 52.252-5, Authorized Deviations in Provisions (NOV 2020) 52.252-6, Authorized Deviations in Clauses (NOV 2020) 252.201-7000, Contracting Officer's Representative (DEC 1991) 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) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (SEP 2022) 252.204-7003, Control of Government Personnel Work Product (APR 1992) 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (JAN 2023) 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2024-O0013, Rev 1) (MAY 2024) 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) 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2023) 252.204-7020, NIST SP 800-171 DoD Assessment Requirements (NOV 2023) 252.204-7024, Notice on the use of the Supplier Performance Risk System (MAR 2023) 252.211-7003, Item Unique Identification and Valuation (JAN 2023) 252.211-7008, Use of Government-Assigned Serial Numbers (SEPT 2010) 252.223-7008, Prohibition of Hexavalent Chromium (JAN 2023) 252.225-7000, Buy American--Balance of Payments Program Certificate�Basic (FEB 2024) 252.225-7001, Buy American and Balance of Payments Program�Basic (FEB 2024) 252.225-7007, Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies (DEC 2018) 252.225-7012, Preference for Certain Domestic Commodities (APR 2022) 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (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) 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation (JUN 2023) 252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (JUN 2023) 252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (DEVIATION 2024-O0014) (AUG 2024) 252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation (DEVIATION 2024-O0014) (AUG 2024) 252.227-7015, Technical Data�Commercial Products and Commercial Services (MAR 2023) 252.227-7037, Validation of Restrictive Markings on Technical Data (JAN 2025) 252.227-7027, Deferred Ordering of Technical Data or Computer Software (APR 1998) 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) 252.246-7003, Notification of Potential Safety Issues (JAN 2023) 252.246-7008, Sources of Electronic Parts (JAN 2023) 252.247-7023, Transportation of Supplies by Sea�Basic (OCT 2024) This combined synopsis solicitation incorporates one or more clauses or provisions by reference, the full text of a clause or provision incorporated by reference may be accessed electronically at: https://www.acquisition.gov/ OR https://www.acq.osd.mil/dpap/dars/class_deviations.html (xiv) A Defense Priorities and Allocations System (DPAS) rating is not applicable to this acquisition. (xv) Quotes shall be submitted electronically to BOTH Edmund J. Bousaleh via email at edmund.j.bousaleh.civ@army.mil AND to Alejandro Ayala via email at alejandro.ayala.civ@army.mil. All quotes are due Thursday 4 September 2025 by 1730 hours EDT. Quotes will only be accepted electronically via the email addresses provided above. All questions related to this RFQ shall be submitted in writing not later than Thursday 28 August 2025 by 1500 hours EDT to BOTH Edmund J. Bousaleh via email at edmund.j.bousaleh.civ@army.mil AND to Alejandro Ayala via email at alejandro.ayala.civ@army.mil. (xvi) For information regarding this combined synopsis/solicitation, please contact: Edmund J. Bousaleh, Contract Specialist Email: edmund.j.bousaleh.civ@army.mil (preferred) Phone Number: (520) 692-1438
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/76dec67e492940ef88fe6db727c73a7b/view)
- Place of Performance
- Address: Natick, MA 01760, USA
- Zip Code: 01760
- Country: USA
- Zip Code: 01760
- Record
- SN07561851-F 20250823/250821230100 (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 |