Maryland Bids > Bid Detail

Universal Robotics (UR) e-series: one (1) UR-10e Original Equipment Manufacturer (OEM) Kit and one (1) UR-20e - Amendment

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 36 - Special Industry Machinery
Opps ID: NBD00159536379483902
Posted Date: Sep 12, 2023
Due Date: Sep 14, 2023
Solicitation No: W911QX-23-Q-0181
Source: https://sam.gov/opp/5784612e0a...
Follow
Universal Robotics (UR) e-series: one (1) UR-10e Original Equipment Manufacturer (OEM) Kit and one (1) UR-20e - Amendment
Active
Contract Opportunity
Notice ID
W911QX-23-Q-0181
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 View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Sep 12, 2023 09:29 am EDT
  • Original Published Date: Sep 06, 2023 04:03 pm EDT
  • Updated Date Offers Due: Sep 14, 2023 11:59 am EDT
  • Original Date Offers Due: Sep 11, 2023 11:59 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 29, 2023
  • Original Inactive Date: Sep 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3695 - MISCELLANEOUS SPECIAL INDUSTRY MACHINERY
  • NAICS Code:
    • 333248 - All Other Industrial Machinery Manufacturing
  • Place of Performance:
    Adelphi , MD 20783
    USA
Description View Changes

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



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 Applied Controls 47 General Warren BLVD Malvern, Pennsylvania 19355-1245 (CAGE Code: 1CAA2). 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 2023-24 effective 02 June 2023.



For purposes of this acquisition, the associated NAICS code is 333248. The small business size standard is 750 employees.



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):



CLIN 0001: One (1) Universal Robots UR-10e OEM Kit



CLIN 0002: One (1) Universal Robots UR-20e Robotic Arm



Specifications/Requirement: N/A



Delivery:



Delivery is required for each CLIN at a different date and location.



CLIN 0001: Delivery is required by November 30, 2023. Delivery shall be made to Army Research Laboratory (ARL) 6375 Johnson Road Building 321 Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at ARL. The FOB point is Destination.



CLIN 0002: Delivery is required by January 31, 2024. Delivery shall be made to DEVCOM Chemical Biological Center (CBC) Shipping and Receiving, 8500 Otto Road Aberdeen Proving Ground, MD 21010. Acceptance shall be performed at CBC. 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.




  1. 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




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

  2. 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. N/A

  3. 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:



52.209-6, 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)



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



DFARS:



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



252.204-7015, 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)



252.225-7000, 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)



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



252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019)




  1. The following additional contract requirement(s) or terms and conditions apply:



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)



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



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)



252.204-7000, DISCLOSURE OF INFORMATION (OCT 2016)



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



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




  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):



Adelphi Local Full Text Attachment



ACC - APG POINT OF CONTACT



TECHNICAL POINT OF CONTACT



SOLICIT ONLY ONE SOURCE



TYPE OF CONTRACT



GOV INSPECTION AND ACCEPTANCE



TAX EXEMPTION CERT. (ARL)



RECEIVING ROOM – ALC



EXCEPTIONS IN PROPOSAL



AWARD OF CONTRACT



BRAND NAME OR EQUAL



ADELPHI CONTR. DIVISION URL



FOREIGN NATIONALS PERFORMING



PAYMENT TERMS



52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE



52.252-2, CLAUSES INCORPORATED BY REFERENCE



252.211-7003, ITEM UNIQUE IDENTIFICATION AND VALUATION



252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS



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




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

  2. The following notes apply to this announcement: N/A



Place of Performance:



CLIN 0001: Army Research Laboratory (ARL) 6375 Johnson Road Building 321 Aberdeen Proving Ground, MD 21005.



CLIN 0002: DEVCOM Chemical Biological Center (CBC) Shipping and Receiving, 8500 Otto Road Aberdeen Proving Ground, MD 21010.



Set Aside: N/A


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

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 >