Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2016 FBO #5404
MODIFICATION

66 -- Velodyne 3D LiDAR PUCK Laser Scanning Systems

Notice Date
9/7/2016
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-16-T-0322
 
Archive Date
9/28/2016
 
Point of Contact
Rebecca B. Patterson, Phone: 3013945351, Tony Edwards, Phone: 301-394-3690
 
E-Mail Address
rebecca.b.patterson.civ@mail.mil, robert.a.edwards147.ctr@mail.mil
(rebecca.b.patterson.civ@mail.mil, robert.a.edwards147.ctr@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to amend the set-aside code to reflect Brand Name Sole Source - 100% Total Small Business Set-Aside and extend the response date from 06 September 2016 to 13 September 2016. All other information remains unchanged. (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-16-T-0322. 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 FAC 2005-89. (iv) This acquisition is set-aside 100% for Brand Name Total Small Businesses. The associated NAICS code is 334519. The small business size standard is 500 Employees. (v) 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: Quantity of three (3) Velodyne Three Dimensional (3D) Laser detection and ranging (LiDAR) PUCK laser scanning systems (Part Number: 80-VLP-16) and one (1) Velodyne LiDAR Puck LITE (Part Number: 80-VLP-16-C0B20P30SR4SL) Option #1: Quantity of three (3) Velodyne 3D LiDAR PUCK laser scanning systems (Part Number: 80-VLP-16) Option #2: Quantity of three (3) Velodyne 3D LiDAR PUCK laser scanning systems (Part Number: 80-VLP-16) and one (1) Velodyne LiDAR Puck LITE (Part Number: 80-VLP-16-C0B20P30SR4SL) (vi) Description of requirements: See above section (v) (vii) Delivery is required by Eight (8) weeks ARO. Delivery shall be made to Army Research Laboratory (ARL), Aberdeen Proving Ground (APG), MD 21005. Acceptance shall be performed at Army Research Laboratory (ARL), Aberdeen Proving Ground (APG), MD 21005. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, 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: N/A. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and FAR 52.212-3 ALT I 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: N/A. (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: FAR: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013) 52.219-28 Post Award Small Business Program Representation (July 2013) 52.222-3 Convict Labor (June 2003); 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Equal Opportunity for Workers with Disabilities (July 2014) 52.222-50 Combatting 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 (June 2008) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013) 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 (Dec 2015) 252.204-7011 Alternative Line Item Structure (Sep 2011) 252.204-7012 Limitations on the use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Dec 2015) 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7000 Buy American Statute-Balance Of Payments Program Certificate (JUN 2012) 252.225-7001 Buy American Statute-Balance Of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 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 (Aug. 1992) (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): APG-ADL-B.5152.204-4409 ACC - APG Point of Contact (Apr 2011); APG-ADL-B.5152.204-4411 Technical Point of Contact (Dec 2002); APG-ADL-B.5152.206-4400 Intent to Solicit Only One Source (FEB 2015) APG-ADL-B.5152.216-4407 Type of Contract (Sep 1999); APG-ADL-E.5152.246-4400 Government Inspection and Acceptance (Sep 1999); APG-ADL-G.5152.232-4418 Tax Exemption Certificate (Sep 1999); APG-ADL-H.5152.211-4401ALT RECEIVING ROOM REQUIREMENTS - APG ALTERNATE I (JAN 2003); APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011); APG-ADL-L.5152.215-4441 US Army Contracting Command (ACC-APG) - Adelphi Contracting Division Website; 52.204-7 System for Award Management (July 2013); 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015); 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015); 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013), 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); 252.204-0009 Contract Wide: By Fiscal Year (Sep 2009); 252.211-7003 Item Unique Identification and Valuation (DEC 2013); 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); 252.204-7003 Control of Government Personnel Work Product (Apr 1992). (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on 13 September 2016 by 11:59 AM EST, via email to Rebecca Patterson, rebecca.b.patterson.civ@mail.mil (xvii) For information regarding this solicitation, please contact contact Rebecca Patterson, rebecca.b.patterson.civ@mail.mil, 301-394-5351 or Robert Edwards, robert.a.edwards147.ctr@mail.mil, 301-394-3690.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/39ae39f61e143c36e9c62c19cb01da19)
 
Place of Performance
Address: U.S. Army Research Laboratory, Aberdeen Proving Ground (APG), Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04260445-W 20160909/160907235832-39ae39f61e143c36e9c62c19cb01da19 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.