Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2021 SAM #7028
SOLICITATION NOTICE

J -- An Annual Maintenance Agreement

Notice Date
2/23/2021 8:02:34 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
81121 —
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX21Q0061
 
Response Due
3/2/2021 11:00:00 AM
 
Archive Date
03/17/2021
 
Point of Contact
Salma Khairedin, Phone: 3013944011
 
E-Mail Address
salma.m.khairedin.civ@mail.mil
(salma.m.khairedin.civ@mail.mil)
 
Description
COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL SERVICE � 1.� Class Code: J066 � 2.� NAICS Code: 811219 � 3.� Subject:� An annual maintenance agreement for the Ordered Powder Lithography (OPL) 3D printer manufactured by Grid Logic, Inc., with a period of performance of one (1) year and the option to extend the maintenance agreement for an additional two (2) year period. 4.� Solicitation Number: W911QX21Q0061 � 5.� Set-Aside Code: N/A � 6.� Response Date: Five (5) business days after posting � 7.� Place of Delivery/Performance:� � U.S. Army Research Laboratory Aberdeen Proving Ground (APG), 21005 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. � __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 FAR 13.106-1(b) (1) (i). The name of the company the Government intends to award a contract to Grid Logic, Inc., 1555 Atlantic Blvd., Auburn Hills, MI 48326,� (CAGE: 5GWQ8). 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. _ ������������������� (ii)� The solicitation number is W911QX21Q0061.� 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) 2021-04. � ������������������� (iv) The associated NAICS code is 811219. The small business size standard is $22,000,000.00 dollars. � ������������������� (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 � JOB � An annual maintenance agreement for the Ordered Powder Lithography (OPL) 3D printer manufactured by Grid Logic, Inc. OPL software and hardware updates. Period of Performance 01 March 2021 until 28 February 2022.� CLIN 0002- JOB- OPTION- maintenance agreement for the Ordered Powder Lithography (OPL) 3D printer manufactured by Grid Logic, Inc. OPL software and hardware updates. Period of Performance 01 March 2022 until 29 February 2024. � ������������������� (vi) �Description of requirements: An annual maintenance agreement for the Ordered Powder Lithography (OPL) 3D printer manufactured by Grid Logic, Inc., with a period of performance of one (1) year and the option to extend the maintenance agreement for an additional two (2) year period. � ������������������� (vii) Period of Performance one (1) base year and one (1) two-year option period.� Place of Performance Aberdeen Proving Ground (APG), MD 21005.� Acceptance shall be performed at 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)� Evaluation Criteria � Lowest Price Technically Acceptable � 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.� 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. Price will be evaluated based on the total proposed price, including options, (if any). � ������������������� (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 (selections within this clause are included in the Provisions and Clauses Full-Text Attachment attached to this Solicitation), 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) 52.222-21 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) 52.222-51 EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT LABOR STANDARDS TO CONTRACTS FOR MAINTENANCE, CALIBRATION, OR REPAIR OF CERTAIN EQUIPMENT�REQUIREMENTS (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 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) 252.225-7001: BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2016) *252.225-7974: REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-OOOO5) (FEB 2020) 252.232-7010: LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.237-7010: PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (JUN 2013) *252.239-7009: REPRESENTATION OF USE OF CLOUD COMPUTING (SEP 2015) 252.239-7010: CLOUD COMPUTING SERVICES (OCT 2016) 252.244-7000: SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023: TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) ��������� (xii)� 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/DFARS: *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) 52.213-2 INVOICES (APR 1984) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 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) FAR/DFARS FILL-IN CLAUSES: 52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016) *52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES EQUIPMENT (AUG 2020) 52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICAITONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENTAUG 2020) *52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATON (DEC 2019) *52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) ADELPHI LOCAL CLAUSES: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT *INTENT TO SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) TAX EXEMPTION CERTIFICATE (ARL) RECEIVING ROOM � ALTERNATE I (APG) SUPERVISION OF EMPLOYEES WORK HOURS ID OF CONTRACTOR EMPLOYEES GOV�T-CONTRCTOR RELATIONSHIPS KEY PERSONNEL *EXCEPTIONS OR CONDITIONS CONTAINED IN OFFEROR'S PROPOSAL *ADELPHI CONTRACTING DIVISION WEBSITE *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. � ������������������� (xvi)� Offers are due five (5) business days after posting, via email to Contract Specialist Salma Khairedin, salma.m.khairedin.civ@mail.mil ������������������� (xvii)� For information regarding this solicitation, please contact Contract Specialist, Salma Khairedin, salma.m.khairedin@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6e3fd6b4609a4d5d8bf23679d593027b/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN05924016-F 20210225/210223230111 (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.