The RFP Database
New business relationships start here

Data Acquisition System for WSMR


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

COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS

1. Class Code: 66


2. NAICS Code: 334513


3. Subject: Data Acquisition System (DAS)


4. Solicitation Number: W911QX-19-Q-0246


5. Set-Aside Code: See Notice Below.


6. Response Date: Five (5) days after posting date


7. Place of Delivery/Performance:


U.S. Army Research Laboratory
U.S. Army Data & Analysis Center
BLD 1856 CRAIG STREET
WHITE SANDS MISSLE RANGE, NM 88002

8. (i) 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.


(ii) The solicitation number is W911QX-19-Q-0246. This acquisition is issued as a Request for Quote (RFQ).


(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02.
(iv) The associated NAICS code is 334513. The small business size standard is 750.


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


CLIN 0001: One (1) EACH Data Acquisition System Package in accordance with attachment - Salient Charactertistics.
(vi) Description of requirements: The United States (U.S.) Army Data and Analysis Center (D&AC) Lethality/Survivability/Human Integration Systems (LHS) requires One (1) EACH Data Acquisition System Package in accordance with attachment - Salient Charactertistics.



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.



(vii) Delivery is required by No Later Than (NLT) 60 DAYS ARO.


Delivery shall be made to:


U.S. Army Research Laboratory
U.S. Army Data & Analysis Center
BLD 1856 CRAIG STREET
WHITE SANDS MISSLE RANGE, NM 88002


Acceptance shall be performed at:


U.S. Army Research Laboratory
U.S. Army Data & Analysis Center
BLD 1856 CRAIG STREET
WHITE SANDS MISSLE RANGE, NM 88002


The FOB DESTINATION point is:


U.S. Army Research Laboratory
U.S. Army Data & Analysis Center
BLD 1856 CRAIG STREET
WHITE SANDS MISSLE RANGE, NM 88002



(viii) 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: None.


(ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision 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


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


(xi) 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.


(xii) 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:


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)
52.219-6 CD 2019-O0003 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011)
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)

(xiii) 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):


52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016)
52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016)
52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)
52.252-1 - SOLICITATION PROVISIONS INCORPORATED BY REFERENCE
52.252-2 - CLAUSES INCORPORATED BY REFERENCE
252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)
252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016)
252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION
252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)
ACC - APG POINT OF CONTACT
TECHNICAL POINT OF CONTACT
TYPE OF CONTRACT
GOV INSPECTION AND ACCEPTANCE
PAYMENT OFFICE (BANKCARD)
TAX EXEMPTION CERT. (ARL)
PAYMENT INSTRUCTIONS
RECEIVING ROOM - ALC
DFARS COMMERCIAL CLAUSES
EXCEPTIONS IN PROPOSAL
AWARD OF CONTRACT
ADELPHI CONTR. DIVISION URL
FOREIGN NATIONALS PERFORMING
PAYMENT TERMS
(xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A.


(xv) The following notes apply to this announcement:
• In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition.
• Vendor Quotes to include CAGE CODE, DUNS#, Tax ID Number (TIN)


(xvi) Offers are due five (5) days after posting by 11:00 am ET via: Solomon.a.raphael.civ@mail.mil.


(xvii) For information regarding this solicitation, please contact: Solomon Raphael, Solomon.a.raphael.civ@mail.mil O: 301-394-5351


 


 


Solomon Raphael, Contract Specialist, Phone 3013945351, Email solomon.a.raphael.civ@mail.mil - Joseph M. Dellinger, Contract Officer, Phone (301) 394-0769, Email joseph.m.dellinger2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP