Maryland Bids > Bid Detail

Intent to Sole Source for quantity two (2) multichannel broadband distribution amplifiers and qty one (1) low-noise radio-frequency reference

Agency:
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159071684873614
Posted Date: Oct 31, 2023
Due Date: Nov 7, 2023
Source: https://sam.gov/opp/9eb82393c5...
Follow
Intent to Sole Source for quantity two (2) multichannel broadband distribution amplifiers and qty one (1) low-noise radio-frequency reference
Active
Contract Opportunity
Notice ID
W911QX24Q0007
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 31, 2023 10:31 am EDT
  • Original Date Offers Due: Nov 07, 2023 11:59 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Nov 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5996 - AMPLIFIERS
  • NAICS Code:
    • 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
  • Place of Performance:
    Adelphi , MD 20783
    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 SpectraDynamics, Inc., 1849 Cherry St., Unit 2, Louisville, CO 20027, CAGE: 1U9K2. 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 W911QX24Q0007. This acquisition is issued as an Request For Quotation (RFQ).



(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-06, effective 05 October 2023.



(iv) The associated NAICS code is 334515. The small business size standard is 750 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: Qty one (1) Low Noise Frequency Reference



CLIN 0002: Qty two (2) Multichannel Broadband Distribution Amplifiers



CLIN 0003: Shipping & Handling





(vi) Description of requirements: See attached Combination Synopsis Solicitation Document



(vii) Delivery is required by 01 February 2024. Delivery shall be made to Army Research Laboratory, Adelphi Laboratory Center, 2800 Powder Mill Rd, Adelphi, MD, 20783, United States. Acceptance shall be performed at 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



(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 (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)

  • 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022) (DEVIATION 2020-O0019)

  • 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)

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

  • 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION (OCT 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 Provisions:




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

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

  • 52.204-20, PREDECESSOR OF OFFEROR (AUG 2020)

  • 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)

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



FAR/DFARS Clauses:




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

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

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

  • 52.204-27, PROHIITION ON A BYTEDANCE COVERED APPLICATION (JUN 2023)

  • 52.232-39, UNEFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)

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

  • 52.243-1, CHANGES—FIXED PRICE (AUG 1987)

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

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

  • 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)

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

  • 252.204-7012: SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (DEC 2019)

  • 252.225-7007, PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES (DEC 2018)

  • 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)

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

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

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





Adelphi Local Instructions:




  • ACC - APG POINT OF CONTACT

  • TECHNICAL POINT OF CONTACT

  • INTENT TO SOLICIT ONLY ONE SOURCE*

  • TYPE OF CONTRACT

  • GOV INSPECTION AND ACCEPTANCE

  • TAX EXEMPTION CERT. (ARL)

  • RECEIVING ROOM REQUIREMENTS

  • DFARS COMMERCIAL CLAUSES

  • EXCEPTIONS IN PROPOSAL*

  • AWARD OF CONTRACT*

  • ADELPHI CONTR. DIVISION URL*

  • FOREIGN NATIONALS PERFORMING*

  • PAYMENT TERMS*



(xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A.



(xv) The following notes apply to this announcement: The Government is contemplating a Commercial, Firm Fixed Price (FFP) Contract type for this requirement under the FAR Part 13 Simplified Acquisition Procedures (SAP). In accordance with FAR 32.003, contract financing cannot be provided for this acquisition.



(xvi) Offers are due on Five (5) business days after solicitation posting, by 11:59 AM Eastern Standard Time via email to Acquisition Specialist, Michelle Mattingly, michelle.r.mattingly.ctr@army.mil.



(xvii) For information regarding this solicitation, please contact Acquistion Specialist, Michelle Mattingly, michelle.r.mattingly.ctr@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
  • Oct 31, 2023 10:31 am EDTCombined 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 >