Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOLICITATION NOTICE

R -- Research Support Instruments (RSI)

Notice Date
4/1/2020 7:46:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018920RC036
 
Response Due
4/9/2020 12:00:00 AM
 
Archive Date
04/24/2020
 
Point of Contact
JOYCE KICHMAN 215-697-9678
 
E-Mail Address
angela.haviland@navy.mil
(angela.haviland@navy.mil)
 
Awardee
null
 
Description
THIS IS A SOLE SOURCE SYNOPSIS This is a Sole Source SYNOPSIS for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only notice; a written solicitation will not be issued. PAPER COPIES OF THIS SYNOPSIS WILL NOT BE AVAILABLE. This synopsis SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The Solicitation number is N0018920RC036. The proposed contract action is for commercial services in accordance with the Statement of Work. The NAICS code is 541715 RESEARCH AND DEVELOPMENT IN THE PHYSICAL, ENGINEERING, AND LIFE SCIENCES (EXCEPT NANOTECHNOLOGY AND BIOTECHNOLOGY) and the Small Business Standard is 1000 employees. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk Philadelphia Office intends to solicit Research Support Instruments (RSI) on a sole source basis in support of the action described below. This action will result in a firm fixed-price (FFP) purchase order. The USNO H1RG (not an acronym) detector is undergoing characterization and testing at the Air Force Research Labs in Albuquerque NM. RSI has worked with USNO to prepare the camera and Ground Support Equipment (GSE) for this testing. The GSE is currently at the RSI site, and needs to be packaged and shipped to Albuquerque, NM. The associated tasks include: Setup and run windows VM version of Teledyne control software; Set up and run laptop with only IDL VM; Configure static IP address; Configure firewall; Uninstall IDL and ID: VM; Install new power supply at AFRL; Load CENTOS on a Rsbery PI 3; Verify IDL commands to camera; Development of communication link between DC and Mt Stromlo; Development of command protocol for requesting and implementing a capture; Development of command scripts for specific capturing tasks; Assistance with integration of MKIR optics with camera system; Coordination with EOS regarding delivery and installation; Deliver complete Interface Control Document (ICD). Services are to be provided at Research Support Instruments (RSI), 4325B Forbes Blvd.Lanham, MD 20706-4854. The sole source vendor is Research Support Instruments (RSI) (CAGE: 1V6Z9). The awarded purchase order for the above requirement is for commercial services for which the Government intends to solicit and negotiate with only one source under the authority for FAR Part 13.106-1(b), Soliciting from a single source. Interested persons may identify their interest and capability to respond to future similar requirements, however, this notice is not intended to be a request for competitive quotations from any source. The resultant purchase order will be a firm fixed price order with a six-month period of performance to begin within 7 days of award. Any associated travel will be in accordance within the terms of the purchase order and shall be in accordance with the Joint Travel Regulations (JTR) The local points of contacts are provided for consultations and implementations if needed and conversion of the local telephone lines, prior to the system conversion. Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The provision at 52.212-1 (Instructions to Offerors -- Commercial) applies to this solicitation. Quoters are advised to include a completed copy of the provision at 52.212-3 (Offeror Representations and Certifications -- Commercial Items) and its ALT I with quotes. The clauses at 52.212-4 (Contract Terms and Conditions -- Commercial Items) and 52.212-5 (Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items) apply to this acquisition. Clauses and Provisions The following FAR and DFARS clauses and provisions are applicable to this procurement: The following FAR and DFAR clauses and provisions are incorporated by reference: � 52.203-18 �Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation� � 52.203-19 �Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements� � 52.204-2 �Security Requirements� � 52.204-7 �System for Award Management� � 52.204-9 �Personal Identity Verification of Contractor Personnel� � 52.204-13 �System for Award Management Maintenance� � 52.204-16 �Commercial and Government Entity Code Reporting� � 52.204-18 �CAGE Maintenance� � 52.209-11 �Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law� � 52.212-1 �Instructions to Offerors - Commercial Items� � 52.212-2 �Evaluation � Commercial Items� � 52.212-3 Alt I �Offeror Representations and Certifications � Commercial Items� � 52.232-18 �Availability of Funds� � 52.232-39 �Unenforceability of Unauthorized Obligations� � 52.232-40 �Providing Accelerated Payments to Small Business Subcontractors� � 52.237-2 �Protection of Government Buildings, Equipment, and Vegetation� � 52.245-1 �Government Property� � 52.245-2 �Government Property (Installation Operation Services) � 52.245-9 �Use and Changes� � 52.247-34 �F.O.B. Destination� � 252.201-7000 �Contracting Officer�s Representative� � 252.203-7000 �Requirements Relating to Compensation of Former DoD Officials� � 252.203-7002 �Requirement to Inform Employees of Whistleblower Rights� � 252.203-7005 �Representation Relating to Compensation of Former DoD Officials� � 252.204-7003 �Control of Government Personnel Work Product� � 252.204-7004 �Level I Antiterrorism Awareness Training for Contractors� � 252.204-7005 �Oral Attestation of Security Responsibilities� � 252.204-7008 �Compliance with Safeguarding Covered Defense Information Controls� � 252.204-7009 �Limitations on the Use or Disclosure of Third-Party Contractor Information� � 252.204-7012 �Safeguarding of Unclassified Controlled Technical Information� � 252.204-7015 �Notice of Authorized Disclosure of Information for Litigation Support� � 252.209-7004 �Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism� � 252.211-7007 �Reporting of Government-Furnished Property� � 252.223-7008 �Prohibition of Hexavalent Chromium� � 252.225-7048 �Export-Controlled Items� � 252.232-7003 �Electronic Submission of Payment Requests and Receiving Reports� � 252.232-7010 �Levies on Contract Payments� � 252.237-7010 �Prohibition on Interrogation of Detainees by Contractor Personnel� � 252.239-7009 �Representation of Use of Cloud Computing� � 252.239-7010 �Cloud Computing Services� � 252.239-7017 �Notice of Supply Chain Risk� � 252.239-7018 �Supply Chain Risk� � 252.244-7000 �Subcontracts for Commercial Items� � 252.245-7001 �Tagging, Labeling, and Marking of Government-Furnished Property� � 252.245-7002 �Reporting Loss of Government Property� � 252.245-7003 �Contractor Property Management System Administration� � 252.245-7004 �Reporting, Reutilization, and Disposal� � 252.246-7003 �Notification of Potential Safety Issues� � 252.246-7008 �Sources of Electronic Parts� � 252.247-7023 �Transportation of Supplies by Sea� The following FAR and DFAR clauses and provisions are incorporated by full text: � 52.212-4 �Contract Terms and Conditions � Commercial Items� � 52.212-5 �Contract Terms and Conditions Required to Implement Statuses or Executive Orders � Commercial Items� 52.204-10 �Reporting Executive Compensation and First-Tier Subcontract Awards� 52.209-6 �Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment� 52.222-3 �Convict Labor� 52.222-21 �Prohibition of Segregated Facilities� 52.222-26 �Equal Opportunity� 52.222-35 �Equal Opportunity for Veterans� 52.222-36 �Affirmative Action for Workers with Disabilities� 52.222-37 �Employment Reports on Disabled Veterans� 52.222-40 �Notification of Employee Rights Under the National Labor Relations Act� 52.222-50 �Combatting Trafficking in Persons� 52.222-50 ALT I �Combatting Trafficking in Persons� 52.223-18 �Encouraging Contractor Policies to Ban Text Messaging While Driving� 52.225-13 �Restriction on Foreign Purchases� 52.232-33 �Payment by Electronic Funds Transfer-Central Contractor Registration� 52.239-1 �Privacy or Security Safeguards� 52.252-1 �Solicitation Provisions Incorporated by Reference� 52.252-2 �Clauses Incorporated by Reference� 252.232-7006 �Wide Area Workflow Payment Instructions� SUPTXT204-9400 (1-17) �Contractor Access to Federally Controlled Facilities and/or Unclassified Sensitive Information or Unclassified IT Systems� SUPTXT243-9400 (1-92) �Authorized Changes Only By The Contracting Officer� 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE -- This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/far/ ; DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ . (End of provision) System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All responsible sources may submit a quote; however, only supplies and services meeting the end user�s requirements will be considered for award. The Government will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, and business size. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. All submissions and questions shall be submitted in writing via email to the below-listed point of contact. This announcement will close at 1400 - 2pm EST on 04/09/2019. Contact Joyce Kichman who can be reached at by email at joyce.kichman@navy.mil. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b54d6129440a40238a2a7d7d48bb7d77/view)
 
Record
SN05607051-F 20200403/200401230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.