Maryland Bids > Bid Detail

Notice of Intent to Sole Source - Service and Maintenance Subscription Agreement for AJ5X Aerosol Jet Machine

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159040139319334
Posted Date: Jan 19, 2023
Due Date: Jan 26, 2023
Solicitation No: W911QX-23-Q-0030
Source: https://sam.gov/opp/96998f922e...
Follow
Notice of Intent to Sole Source - Service and Maintenance Subscription Agreement for AJ5X Aerosol Jet Machine
Active
Contract Opportunity
Notice ID
W911QX-23-Q-0030
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG ADELPHI
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 19, 2023 09:17 am EST
  • Original Date Offers Due: Jan 26, 2023 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 10, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Aberdeen Proving Ground , MD 21005
    USA
Description

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). The name of the company the Government intends to award a contract to is Optomec, Inc., 3911 Singer Blvd. NE, Albuquerque, NM 87109, CAGE Code: 0BMS8; UEI: NVZLJEJKYT77. 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-23-Q-0030. This acquisition is issued as a Request for Quote (RFQ).





(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01 (Effective 01 December, 2022).





(iv) The associated NAICS code is 811210. The small business size standard is $30.0 million.





(v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):





Contract Line Item Number (CLIN) 0001: Base Year: One (1) job, Service and Maintenance Subscription Agreement for One (1) AJ5X Machine.





CLIN 0002: Option Year 1: One (1) job, Service and Maintenance Subscription Agreement for One (1) AJ5X Machine.





CLIN 0003: Option Year 2: One (1) job, Service and Maintenance Subscription Agreement for One (1) AJ5X Machine.





(vi) Description of requirements: See attached Performance Work Statement (PWS) for detailed description of requirement.





(vii) Delivery is a period of performance with one (1) twelve-month base year and two (2) twelve-month option periods each. (See paragraph (v) for CLIN structure). Service will start no later than 30 days after receipt of order (ARO). Performance shall be made to U.S. Army Research Laboratory (ARL), Aberdeen Proving Ground, Aberdeen Proving Ground, MD 21005. Delivery shall be made to U.S. Army Research Laboratory (ARL), Aberdeen Proving Ground, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at U.S. Army Research Laboratory (ARL), Aberdeen Proving Ground, Aberdeen Proving Ground, MD 21005. 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.





(x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. None





(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:





FAR:



52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018)



52.209-6, PROTECTING THE GOVERNMENT’ INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021)



52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021)



52.222-3, CONVICT LABOR (JUN 2003)



52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015)



52.222-26, EQUAL OPPORTUNITY (SEP 2016)



52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)



52.222-50, COMBATING TRAFFICKING IN PERSONS (NOV 2021)



52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)



52.223-20, AEROSOLS (JUN 2016)



52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)



52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION (OCT 2018)



52.232-36, PAYMENT BY THIRD PARTY (MAY 2014)





DFARS:



252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)



252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016)



252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016)



252.204-7016, COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (DEC 2019)



252.204-7017, PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (DEC 2019)



252.204-7018, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2021)



252.204-7019, NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020)



252.204-7020, NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020)



252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013)



252.225-7000, BUY AMERICAN STATUTE—BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014)



252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2017)



252.225-7974, REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (FEB 2020)



252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006)



252.237-7010, PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (JUN 2013)



252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013)



252.246-7003, NOTIFICATION OF POTENTIAL SAFETY ISSUES (JUN 2013)



252.246-7008, SOURCES OF ELECTRONIC PARTS (MAY 2018)





(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):





FAR/DFARS Clauses:



52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT 2018)



52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)



52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020)



52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)



52.204-19, INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)



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)



52.213-2, INVOICES (APR 1984)



52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)



52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (NOV 2021)



52.247-34, F.O.B. DESTINATION (NOV 1991)



252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)



252.203-7002, REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013)



252.204-7000, DISCLOSURE OF INFORMATION (OCT 2016)



252.204-7003, CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)



252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016)



252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)



252.232-7017, ACCELERATING PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS—PROHIBITION ON FEES AND CONSIDERATION (APR 2020)



252.243-7001, PRICING OF CONTRACT MODIFICATIONS (DEC 1991)





FAR/DFARS FILL-IN/FULL TEXT CLAUSES:



252.211-7003, ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)



252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)





LOCAL CLAUSES:



ACC-APG POINT OF CONTACT



TECHNICAL POINT OF CONTACT



INTENT TO SOLICIT ONLY ONE SOURCE



TYPE OF CONTRACT



ARL/ALC/GARRISON NON-PERSONAL SERVICES



ANTI-TERRORISM (AT) – OPERATIONAL SECURITY (OPSEC) REQUIREMENTS



DISTRIBUTION STATEMENT A



GOVERNMENT INSPECTION AND ACCEPTANCE



EXERCISE OF OPTION



PAYMENT OFFICE (BANKCARD)



TAX EXEMPTION CERTIFICATE (ARL)



PAYMENT INSTRUCTIONS



PERFORMANCE REQUIRING ACCESS TO COMPUTER SYSTEMS



SUPERVISION OF EMPLOYEES



WORK HOURS



IDENTIFICATION OF CONTRACTOR EMPLOYEES



GOVERNMENT-CONTRACTOR RELATIONSHIPS



EXCEPTIONS OR CONDITIONS CONTAINED IN OFFEROR’S PROPOSAL



ADELPHI CONTRACTING DIVISION WEBSITE



FOREIGN NATIONALS PERFORMING UNDER CONTRACT



PAYMENT TERMS



52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)



52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998)



AWARD OF CONTRACT



52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT



52.204-25, PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT



52.204-26, COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES- REPRESENTATION





(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 be provided for this acquisition.





(xvi) Offers are due on 26 January, 2023, by 3:00PM EST, to benjamin.l.krein.civ@army.mil





(xvii) For information regarding this solicitation, please contact Benjamin Krein at benjamin.l.krein.civ@army.mil


Attachments/Links
Contact Information
Contracting Office Address
  • KO BLDG 102 AMSSB ACC 2800 POWDER MILL RD
  • ADELPHI , MD 20783-1197
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 19, 2023 09:17 am ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >