Maryland Bids > Bid Detail

NOTICE OF INTENT TO SOLE SOURCE - Tech Imaging Services, Inc., FASTCAM Nova S16 high speed camera

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 67 - Photographic Equipment
Opps ID: NBD00159694968397118
Posted Date: May 4, 2023
Due Date: May 11, 2023
Solicitation No: W911QX-23-Q-0102
Source: https://sam.gov/opp/4c801440d9...
Follow
NOTICE OF INTENT TO SOLE SOURCE - Tech Imaging Services, Inc., FASTCAM Nova S16 high speed camera
Active
Contract Opportunity
Notice ID
W911QX-23-Q-0102
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: May 04, 2023 02:47 pm EDT
  • Original Date Offers Due: May 11, 2023 11:59 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6720 - CAMERAS, STILL PICTURE
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Aberdeen Proving Ground , MD
    USA
Description

Description: One (1) FASTCAM Nova S16 1100K-C5 - Color 1100K with 64GB memory and 200ns shutter (includes PFV software, power supply, C-mount plate, G-Type F-mount plate); Note: HD-SDI video output must be ordered separately.



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.



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): Contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name or industrial mobilization).



The name of the company the Government intends to award a contract is Tech Imaging Services, Inc., 428 Lincoln Avenue, Saugus, MA 01906. 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 2023-03.



For purposes of this acquisition, the associated NAICS code is 334516. The small business size standard is 1000 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) FASTCAM Nova S16 1100K-C5 - Color 1100K with 64GB memory and 200ns shutter (includes PFV software, power supply, C-mount plate, G-Type F-mount plate)



Specifications/Requirement: See above



Delivery: Delivery is required within 60 days After Contract Award (ACA). Delivery shall be made to 6375 Johnson Road, Building 321, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at Delivery. The FOB point is Destination.



Clauses:



i. 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.



ii. Evaluation Criteria - The specific evaluation criteria to be used are as follows: N/A



iii. 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



iv. 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.



v. 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 2016)



52.209-6, PROTECTING THE GOVERNMENT’ INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015)



52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013)



52.222-3, CONVICT LABOR (JUN 2003)



52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016)



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 (MAR 2015)



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 (JUL 2013)



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 ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES – REPRESENTATION (DEC 2019)



252.204-7018, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (DEC 2019)



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)



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



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 2016)



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



252.232-7017 Accelerating Payments To Small Business Subcontractors—Prohibition On Fees And Consideration (APR 2020)



252.243-7001 PRICING OF CONTRACT MODIFICATIOS (DEC 1991)



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



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



vi. 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 (JUL 2016)



52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016)



52.204-20 Predecessor Of Offeror (AUG 2020)



52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (DEC 2019)



52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)



52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)



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



DFARS



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



252.204-7000, DISCLOSURE OF INFORMATION (OCT 2016)



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 (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)



ADELPHI LOCAL CLAUSES



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 – APG



EXCEPTIONS IN PROPOSAL



AWARD OF CONTRACT



ADELPHI CONTR. DIVISION URL



FOREIGN NATIONALS PERFORMING



PAYMENT TERMS



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



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



Place of Performance: U.S. Army Research Laboratory, 6375 Johnson Road, Building 321, Aberdeen Proving Ground, MD 21005



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
  • May 04, 2023 02:47 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 >