Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 04, 2016 FBO #5186
SOLICITATION NOTICE

66 -- SOLE SOURCE – TEMPERATURE MEASUREMENT SYSTEM - Combo-Synopsis Solicitation for Commercial Purchases

Notice Date
2/2/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-16-T-0050
 
Archive Date
2/24/2016
 
Point of Contact
Ariel Amey, Phone: 3013941081
 
E-Mail Address
ariel.m.amey.civ@mail.mil
(ariel.m.amey.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Provisions and Clauses Full-Text Attachment Combo-Synopsis Solicitation for Commercial Purchases (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. APG-ADL-B.5152.206-4400 INTENT TO SOLICIT ONLY ONE SOURCE (FEB 2015) 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 K-Space Associates, Inc. 2182 Bishop Circle E Dexter, MI 48130-1564. 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-16-T-0050. This acquisition is issued as an Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85 effective 04 December 2015. (iv) This acquisition is set-aside for N/A - Unrestricted. The small business size standard is N/A (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: One (1) each kSA BandiT NIR (870-1670nm) Temperature Monitor for MBE and Vacuum Chamber Applications; Part Number: B-NIR-MBE-1670 CLIN 0002: One (1) each VIS-2-1100/U - BandiT Upgrade to Additional VIS (600-1100nm); One (1) Spectrometer, Part Number: VIS-2-1100/U CLIN 0003: One (1) each kSA BandiT Bifurcated Fiber 600μm ULOH core, Stainless Steel Jacketed, 10 meter overall length, Part Number: B-FIB2-NIR CLIN 0004: One (1) each Installation and training, Part Number: INSTALL-NA CLIN 0005: One (1) each Upgrade of standard kSA BandiT light source to include integrated shutter, Part Number: B-LS-SH/U CLIN 0006: One (1) each BandiT Upgrade to Scanning Detector Full scanning detector hardware for BandiT data mapping; Part Number: B-SD/U CLIN 0007: One (1) each Laser-based Rotational Triggering System Optically-based rotational triggering system; Part Number: KSA-TRG (vi) Description of requirements: N/A (vii) Delivery is required twelve (12) weeks After Date of Contract (ADC). Delivery shall be made to Army Research Laboratory (ARL), 2800 Powder Mill Rd. Adelphi, MD 20783-1138. Acceptance shall be performed at Army Research Laboratory (ARL), 2800 Powder Mill Rd, Adelphi, MD 20783-1138. 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: Not Applicable (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, 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: 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (OCT 2015); 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (OCT 2015); 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAY 2015); 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015); 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015); 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013); 52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013); 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013); 52.222-3 CONVICT LABOR (JUN 2003); 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014); 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999); 52.222-26 EQUAL OPPORTUNITY (MAR 2007); 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014); 52.222-50 COMBATING TRAFFICKING IN PERSONS (FAR 2015); 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011); 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008); 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATIONS (OCT 2015); 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013); 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014); 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013);252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013); 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011); 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011); 252.204-7000 DISCLOSURE OF INFORMATION (AUG 2013); 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015); 252.204-7009 LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION (DEC 2015); 252.204-7009 CONTRACT WIDE: BY FISCAL YEAR (SEP 2009); 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011); 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (SEP 2015); 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014); 252.225-7000 BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2012); 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2012); 252.225-7048 EXPORT-CONTROLLED ITEMS (JUNE 2013); 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012); 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006); 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013); 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) (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): 52.252-2, Clauses Incorporated by Reference (Feb 1998) 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); 252.211-7003 Item Unique Identification and Valuation (DEC 2013); APG-ADL-B.5152.204-4409 ACC - APG Point of Contact (Apr 2011); APG-ADL-B.5152.204-4411 Technical Point of Contact (Dec 2002); APG-ADL-B.5152.216-4407 Type of Contract (Sep 1999); APG-ADL-E.5152.246-4400 Government Inspection and Acceptance (Sep 1999); APG-ADL-G.5152.232-4418 Tax Exemption Certificate (Sep 1999); APG-ADL-H.5152.211-4401 RECEIVING ROOM REQUIREMENT - ALC (SEPT 1999); APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A (xv) The following notes apply to this announcement: NONE (xvi) Offers are due on 09 February 2016 by 11:59 Mountain Standard Time (MST) via email to ariel.m.amey.civ@mail.mil (xvii) For information regarding this solicitation, please contact Ariel Amey, (301) 394-1081, ariel.m.amey.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/42818fba9e2e9d43e9dd8d5b0745e836)
 
Place of Performance
Address: U.S. Army Research Laboratory, 2800 Powder Mill Rd, Adelphi, MD 20783-1138, Adelphi, Maryland, 20783-1138, United States
Zip Code: 20783-1138
 
Record
SN04007647-W 20160204/160202234826-42818fba9e2e9d43e9dd8d5b0745e836 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.