The RFP Database
New business relationships start here

COMPETITIVE ACQUISITION for one (1) Photonic Doppler Velocimeter (PDV) Interferometer System


Maryland, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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 FULL AND OPEN COMPETITION. THE FOLLOWING PROCEDURES WILL BE UTILIZED:

THIS ACTION IS BEING SOLICITED UNDER FULL AND OPEN COMPETITION. 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. THE GOVERNMENT WILL AWARD TO THE 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.


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 2019-05.


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, (including option(s), if applicable):


CLIN 0001: One (1) photonic Doppler velocimeter (PDV) interferometer system


Specifications/Requirement: SEE ATTACHED DOCUMENT TITLED: SALIENT CHARACTERISTICS.


Delivery: Delivery shall be made to the Logistics Warehouse, Building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at Destination. 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:


The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors.
1. Technical Acceptability The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications.


2. Past Performance: Past performance will not be evaluated. The Contracting Officer determines that past performance need not be evaluated because the supplies being purchased are of a low complexity that past performance information would not make a substantial difference.


3. Price: Price will be evaluated based on the total proposed price, including options, (if any).


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


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: None.


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'S 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:
252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)
252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)
252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016)
252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016)
252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016)
252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013)
252.225-7000 BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)
252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM-BASIC
(DEC 2017)
252.225-7035 BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)
252.225-7036 BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (DEC 2017)
ALT I BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-ALTERNATE I (DEC 2017)
252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUNE 2012)
252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006)
252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013)
252.246-7004 SAFETY OF FACILITIES, INFRASTRUCTURE, AND EQUIPMENT FOR MILITARY OPERATIONS (OCT 2010)
252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019)



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


FAR:
52.203-19 PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017)
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)
52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (OCT 2018)
52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)


DFARS:
252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016)
252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)
252.225-7048 EXPORT CONTROLLED ITEMS (JUNE 2013)
252.225-7050 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (DEC 2018)


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:

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016)
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)


Adelphi Special Instructions:
ACC - APG POINT OF CONTACT
TECHNICAL POINT OF CONTACT
TYPE OF CONTRACT
GOVERNMENT INSPECTION AND ACCEPTANCE
PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED)
TAX EXEMPTION CERTIFICATE
PAYMENT INSTRUCTIONS
ADELPHI CONTRACTING DIVISION WEBSITE
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: NONE.


IX. Offers are due on 24 September 2019, by 11:59 AM Eastern Standard time (EST), via email to Vanessa Garcia, vanessa.a.garcia18.civ@mail.mil. Please reference solicitation W911QX-19-R-0069 on any correspondence.


X. For information regarding this solicitation, please contact Vanessa Garcia, vanessa.a.garcia18.civ@mail.mil. Pleas reference solicitation W911QX-19-R-0069 on any correspondence.


Place of Performance: Contractor Facility


Set Aside: N/A


Vanessa Garcia, Contract Specialist, Email vanessa.a.garcia18.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP