Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
SOLICITATION NOTICE

52 -- Notice of Intent to Sole Source for Single Photon Detectors - A02 - Provisions and Clauses Full-Text Attachment

Notice Date
9/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 Powder Mill Road, Building 601, Adelphi, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX18Q0160
 
Archive Date
10/5/2018
 
Point of Contact
Swati Jain, Phone: 3013940045
 
E-Mail Address
swati.jain2.civ@mail.mil
(swati.jain2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
A02 - Provisions and Clauses Full-Text Attachment (for Combo Synopsis-Solicitation) COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 52 2. NAICS Code: 334519 3. Subject: Notice of Intent to Sole Source for Single Photon Detectors 4. Solicitation Number: W911QX18Q0160 5. Set-Aside Code: NA 6. Response Date: 9/20/18 7. Place of Delivery/Performance: U.S. Army Research Laboratory 2800 Powder Mill Road Bldg. 601 Adelphi, Maryland 20783 8. (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. 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 is Quantum Design, Inc. 10307 Pacific Ctr Ct San Dieho, CA, 92121-4340. 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-18-Q-0160. This acquisition is issued as Request For Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100, effective August 22, 2018. (iv) The associated NAICS code is 334519. The small business size standard is 500 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: Two (2) detectors shall have greater than 85% efficiency at 900 nanometers (nm) and greater than 70% efficiency over a 400 nm bandwidth. • Two (2) detectors shall have greater than 85% efficiency at 1300 nm and greater than 70% efficiency over a 400 nm bandwidth. • Dark count rate shall be one-hundred (100) counts per second (cps) or less. • Timing jitter shall be less than forty (40) picoseconds (pS). • There shall be no measurable after pulsing. • Detectors shall be fiber coupled with Ferrule Connector/Physical Contact (FC/PC) connectors. • Output pulse height shall be less than 200 millivolts (mV) • Shall include fully computer controlled user interface. • Shall include close-cycle cryostat system configured for continuous operation for greater than 10,000 hours. (vi) Description of requirements Four (4) single photon detectors with greater than 85% efficiency at peak wavelengths of 900 nanometers (nm) and 1300 nm, and timing jitter of less than forty (40) pico-seconds (pS). (vii) Delivery is required by _12/30/2018____________. Delivery shall be made to Army Reasearch Laboratory (ARL) Aberdeen, MD. Acceptance shall be performed at Adelphi, MD. {insert point of acceptance} The FOB point is Adelphi, MD. (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: NA (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer (SAM.gov registration). NA (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 (OCT 2016 52.209-6, PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-28, Post-Award Small Business Program Representation (July 2013) 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014), 52.222-21, Prohibition of Segregated Facilities (Apr 2015), 52.222-26, Equal Opportunity (Apr 2015), 52.222-35, EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) 52.222-36, Affirmative Action for Workers with Disabilities (July 2014), 52.222-37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016) 52.222-50, Combating Trafficking in Persons (March 2, 2015), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13, Restrictions on Certain Foreign Purchases (June 2008), 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013), 52.232-36, Payment by Third Party DFARS: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials, 252.204-7000, DISCLOSURE OF INFORMATION 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls 252.204-7011, Alternative Line Item Structure, 252.204-7015, Disclosure of Information to Litigation Support Contractors, 252.223-7008, Prohibition of Hexavalent Chromium, 252.225-7000 BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE 252.225-7001 BUY AMERICAN -BALANCE OF PAYMENTS PROGRAM 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010, Levies on Contract Payments, 252.244-7000, Subcontracts for Commercial Items, 252.247-7023, Transportation of Supplies by Sea (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): 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 --Commercial and Government Entity Code Reporting. 52.204-18 Commercial and Government Entity Code Maintenance. 52.213-2, INVOICES (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) Full Text clauses: 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); LOCAL CLAUSES/INFORMATION BY FULL TEXT: ACC - APG Point of Contact Technical Point of Contact SOLICIT ONLY ONE SOURCE Type of Contract Government Inspection and Acceptance PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) (JUNE 2016) TAX EXEMPTION CERTIFICATE (ARL) Receiving Room Requirements- ALC DFARS Commercial Acquisition Provisions And Clauses (Mar 2015) US Army Contracting Command (ACC-APG) - Adelphi Contracting Division Website PAYMENT INSTRUCTIONS APG-ADL-L.5152.203-4440- AMC-LEVEL PROTEST PROGRAM (OCT 2016) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as None. (xv) Offers are due on 9/20/18 by 11:59 A.M. Eastern Standard Time (EST). via email to the Contract Specialist, Swati Jain, swati.jain2.civ@mail.mil (xvi) For information regarding this solicitation, please contact Contract Specialist, Swati Jain, swati.jain2.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/812850fca446be8178340d91123a8b90)
 
Record
SN05088382-W 20180915/180913231515-812850fca446be8178340d91123a8b90 (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.