Maryland Bids > Bid Detail

Intent to Sole Source - Preventive maintenance and service of the Zeiss 510 micro-CT (SN: 5102763615) and applicable software

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159149997124639
Posted Date: Mar 26, 2024
Due Date: Apr 1, 2024
Solicitation No: W911QX24Q0079
Source: https://sam.gov/opp/908e87e8cd...
Follow
Intent to Sole Source - Preventive maintenance and service of the Zeiss 510 micro-CT (SN: 5102763615) and applicable software
Active
Contract Opportunity
Notice ID
W911QX24Q0079
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: Mar 26, 2024 10:55 am EDT
  • Original Date Offers Due: Apr 01, 2024 11:59 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 16, 2024
  • 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

NOTICE: Intent to Solicit Only One Source





The proposed contract action is for services for which the Government is soliciting and negotiating with only one source under the authority of FAR Part 13.106-1(b)(1)(i) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The Government intends to award to Carl Zeiss Microscopy, LLC., 1 N Broadway STE 1501, White Plains, NY, 10601-2335 (CAGE Code: 325W6). 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.





This acquisition is issued as a Request for Quote (RFQ).





The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03, effective 23 February 2024.





For purposes of this acquisition, the associated NAICS code is 811210. The small business size standard is $34,000,000,00.





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





CLIN0001: One (1) year of preventive maintenance and service of the Zeiss 510 micro-CT (SN: 5102763615) and applicable software





CLIN0002: Data/ DD1423: Maintenance Report, including any problems with the CT scanner, any parts that need to be replaced, expected timeframes for resolving any issues that could not be completed during the regularly scheduled PM, and the PM checklist that will include software update checks, focal spot size test results, stage alignment calibration, pixel calibration tests, and system resolution checks.





CLIN0003 (Option Yr 1): One (1) year of preventive maintenance and service of the Zeiss 510 micro-CT (SN: 5102763615) and applicable software





CLIN0004: (Option Yr 1): Data/ DD1423: Maintenance Report, including any problems with the CT scanner, any parts that need to be replaced, expected timeframes for resolving any issues that could not be completed during the regularly scheduled PM, and the PM checklist that will include software update checks, focal spot size test results, stage alignment calibration, pixel calibration tests, and system resolution checks.





CLIN0005 (Option Yr 2): One (1) year of preventive maintenance and service of the Zeiss 510 micro-CT (SN: 5102763615) and applicable software





CLIN0006 (Option Yr 2): Data/ DD1423: Maintenance Report, including any problems with the CT scanner, any parts that need to be replaced, expected timeframes for resolving any issues that could not be completed during the regularly scheduled PM, and the PM checklist that will include software update checks, focal spot size test results, stage alignment calibration, pixel calibration tests, and system resolution checks.





Specifications/Requirement:





See attached document titled “Performance Work Statement” for full description of requirement.





Place of Performance:



United States Army Research Laboratory



4600 Deer Creek Loop



Aberdeen Proving Ground, MD 21005





Clauses:






  1. The provision at 52.212-1, Instructions to Offerors – Commercial (Deviation 2018-O0018), applies to this acquisition. The following addenda have been attached to this provision:





In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong.






  1. Evaluation Criteria - The specific evaluation criteria to be used are as follows:



N/A






  1. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.






  1. 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






  1. 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)





52.222-19 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)





52.222-35 EQUAL OPPORTUNITY FOR VETERANS (OCT 2015)





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





52.222-51 EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT LABOR STANDARDS TO CONTRACTS FOR MAINTENANCE, CALIBRATION, OR REPAIR OF CERTAIN EQUIPMENT--REQUIREMENTS (MAY 2014)






  1. 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:



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 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)



52.204-20 PREDECESSOR OF OFFEROR (AUG 2020)





52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)





52.204-25, PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)





52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (OCT 2020)





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





52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)





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





DFARS:



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 (OCT 2016)





252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (JAN 2023)





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)





252.215-7012 REQUIREMENTS FOR SUBMISSION OF PROPOSALS VIA ELECTRONIC MEDIA (JAN 2018)



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 (MAY 2022)





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





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





252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006)





ADELPHI LOCAL CLAUSES:





ACC - APG POINT OF CONTACT



TECHNICAL POINT OF CONTACT



SOLICIT ONLY ONE SOURCE



TYPE OF CONTRACT



GOVERNMENT INSPECTION AND ACCEPTANCE



EXERCISE OF OPTION



TAX EXEMPTION CERTIFICATE (ARL)



PAYMENT INSTRUCTIONS



RECEIVING ROOM REQUIREMENTS – APG



WORK HOURS



ID OF CONTRACTOR EMPLOYEES



GOVERNMENT-CONTRACTOR RELATIONSHIPS



EXCEPTIONS IN PROPOSAL



ADELPHI CONTR. DIVISION URL



FOREIGN NATIONALS PERFORMING



PAYMENT TERMS



DFARS COMMERCIAL CLAUSES






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






  1. 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.





Offers are due five (5) business days after posting by 11:59 AM EST, to Contract Specialist, Zachary Dowling, Zachary.a.dowling2.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
  • Mar 26, 2024 10:55 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 >