Maryland Bids > Bid Detail

SMALL BUSINESS SET-ASIDE FOR ONE (1) LARGE APERTURE SCINTILLOMETER

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159531686716002
Posted Date: Mar 23, 2023
Due Date: Mar 29, 2023
Solicitation No: W911QX-23-Q-0067
Source: https://sam.gov/opp/c1a98d8e7a...
Follow
SMALL BUSINESS SET-ASIDE FOR ONE (1) LARGE APERTURE SCINTILLOMETER
Active
Contract Opportunity
Notice ID
W911QX-23-Q-0067
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 23, 2023 05:09 pm EDT
  • Original Date Offers Due: Mar 29, 2023 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5860 - STIMULATED COHERENT RADIATION DEVICES, COMPONENTS, AND ACCESSORIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Aberdeen Proving Ground , MD 21005
    USA
Description

Disclaimer: 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.



NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED:





THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE competitive in terms of market prices, quality, and delivery. If ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING oFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE first, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET.





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 2023-02, effective date 16 March 2023.





For purposes of this acquisition, the associated NAICS code is 334516. The small business size standard is 1,000 Employees.





Contract Line Item (CLIN) Structure: The following is a list of Contract Line Item Number(s) and items, quantities, and units of measure:





CLIN 0001- Quantity one (1) large aperture scintillometer, to include shipping FOB destination.





Specifications/Requirement: SEE ATTACHED DOCUMENT TITLED “Salient Characteristics for Solicitation” - see FAR 12.202(b).





Delivery: Delivery is required by July 28, 2023. Delivery shall be made to 6375 Johnson Road, Bldg. 321, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at Destination. The FOB point is Destination.





Clauses:



1) The provision at 52.212-1, Instructions to Offerors – Commercial, 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.





2) Evaluation Criteria - The specific evaluation criteria to be used are as follows:



In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government’s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government’s minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance)



Price



Technical Capabilities/Specification



Past Performance





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





4) 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





5) 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 (Jun 2020)

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

  • 52.219-4: NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (Oct 2022)

  • 52.219-6: NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE Deviation 2021-O0008 (Nov 2020)

  • 52.219-28: POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (Mar 2023)

  • 52.219-33: NONMANUFACTURER RULE (SEP 2021)

  • 52.222-3: CONVICT LABOR (JUN 2003)

  • 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (Dec 2022)

  • 52.222-21: PROHIBITION OF SEGREGATED FACILITIES (APR 2015)

  • 52.222-26: EQUAL OPPORTUNITY (SEP 2016)

  • 52.222-36: EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)

  • 52.222-50: COMBATING TRAFFICKING IN PERSONS (NOV 2021)

  • 52.223-18: ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (Jun 2020)

  • 52.225-13: RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (Feb 2021)

  • 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 (SEP 2022)

  • 252.204-7015: DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (JAN 2023)

  • 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 (MAY 2021)*

  • 252.204-7018: PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2023)

  • 252.213-7000: NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PEFORMANCE INFORMATION RETRIEVAL SYSTEM—STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (SEP 2019)*

  • 252.223-7008: PROHIBITION OF HEXAVALENT CHROMIUM (JAN 2023)

  • 252.225-7035 BUY AMERICAN—FREE TRADE AGREEMENTS—BALANCE OF PAYMENTS PROGRAM CERTIFICATE—BASIC (DEC 2022)

  • 252.225-7036 BUY AMERICAN -- FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM: ALTERNATE I (JAN 2023)

  • 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)

  • 252.232-7010: LEVIES ON CONTRACT PAYMENTS (DEC 2006)

  • 252.244-7000: SUBCONTRACTS FOR COMMERCIAL PRODUCTS OR COMMERCIAL SERVICES (JAN 2023)

  • 252.247-7023: TRANSPORTATION OF SUPPLIES BY SEA (JAN 2023)



* Indicates Provision





6) 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: INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)

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

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

  • 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)

  • 52.232-40: PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (Mar 2023)

  • 52.243-1 Changes--Fixed Price AUG 1987

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





DFARS:




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

  • 252.203-7002: REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (DEC 2022)

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

  • 252.204-7012: SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (JAN 2023)

  • 252.225-7048: EXPORT CONTROLLED ITEMS (JUNE 2013)

  • 252.232-7003: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018)

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



CLAUSES INCORPORATED BY FULL TEXT:




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




  • 252.211-7003: ITEM IDENTIFICATION AND VALUATION (JAN 2023)

  • 252.232-7006: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)





LOCAL PROVISIONS & CLAUSES:




  • ACC - APG POINT OF CONTACT

  • TECHNICAL POINT OF CONTACT

  • TYPE OF CONTRACT

  • GOVERNMENT INSPECTION AND ACCEPTANCE

  • PAYMENT OFFICE (BANKCARD)

  • TAX EXEMPTION CERTIFICATE (ARL)

  • RECEIVING ROOM REQUIREMENTS, APG

  • EXCEPTIONS IN PROPOSAL*

  • AWARD OF CONTRACT*

  • ADELPHI CONTR. DIVISION URL*

  • FOREIGN NATIONALS PERFORMING*

  • PAYMENT TERMS*



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



The following notes apply to this announcement:



i) Offers are due five (5) business days from posting, by 3:00pm Eastern Time (ET), at Brianna.murphy.ctr@army.mil



ii) For information regarding this solicitation, please contact Brianna Murphy (Acquisition Specialist), Brianna.murphy.ctr@army.mil



iii) Please reference solicitation W911QX-23-Q-0067 on any correspondence.



Place of Performance: Contractor Facility


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 23, 2023 05:09 pm 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 >