Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2021 SAM #7098
SOLICITATION NOTICE

66 -- COMPETITIVE ACQUISITION for one (1) Optical Microscope System

Notice Date
5/6/2021 12:52:44 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-21-Q-0054
 
Response Due
5/12/2021 12:00:00 PM
 
Archive Date
05/27/2021
 
Point of Contact
Vanessa Terrazas
 
E-Mail Address
vanessa.g.terrazas.civ@mail.mil
(vanessa.g.terrazas.civ@mail.mil)
 
Description
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 2021-05. For purposes of this acquisition, the associated NAICS code is 333314.� The small business size standard is 500 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: The Government requires one (1) Optical Microscope System shall meet or exceed the technical specifications identified below: The following shall be included in the Optical Microscope: One (1) each, Optical Microscope One (1) each, Dust Cover H550S (for 50i/55I) One (1) each, Triple Nosepiece One (1) each, Ergonomic Trinocular Tube eighty (80) One (1) each, C-Mount/ISO Adapter, 1X Two (2) each, W10X Eyepiece 10X One (1) each, Apo 1X One (1) each, Apo 4X, 0.40NA, 20mm WD One (1) each, Z4 V3, 3.6 GHz Xeon, 4-core, 32GB DDR4 2666 MH One (1) each, twenty-four (24)"" LED 1920x1220 HP Z24n G2 The following shall be included in the Diascopic Stand: One (1) each, Diascopic Stand One (1) each, Focusing Mount Adapter One (1) each, C-FLED White Fiber LED Light Source One (1) each, DS AC Adapter Two (2) each, Power Cord One (1) each, P-ICI NCB14 Filter 33mm One (1) each, Dia Stage One (1) each, Stage Glass The following shall be included in the Transmitted Light Pol: a. One (1) each, Rotatable Polarizer b. One (1) each, Prism Holder with Analyzer The following shall be included in the Coaxial Illum and Accessories: One (1) each, Coaxial Episcopic Illuminator One (1) each, ICI C-FLED White Fiber LED Light Source One (1) each, DS AC Adapter One (1) each, Power Cord One (1) each, Filter for Coaxial Epi Illuminator One (1) each, 1/4 Lambda Plate 1X Two (2) each, 1/4 Lambda Plate 4-5 The following shall be included in the EPI DIC: One (1) each, DIC Prism Holder One (1) each, EPI DIC Prism Slider 1-4X One (1) each, EL EPI DIC Lambda Plate The following shall be included in the Transmitted DIC: One (1) each, DIC Prism 1Xr One (1) each, DIC Prism 4X One (1) each, DIC Lambda Plate One (1) each, A DIC Prism Slider 1-4X The following shall be included in the DS-Fi3 5.9 Megapixel Camera: One (1) each, DS-Fi3 5.9 Megapixel Camera One (1) each, USB 3.0 Cable A-MicroB 3m One (1) each, AC Adapter for DSm One (1) each, NIS-Elements DOC One (1) each, NIS-Elements Module EDF One (1) each, NIS-Elements, Module, HDR (DOC, BR) Delivery: Delivery is required by thirty (30) days after contract award (ACA).� 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: The provision at 52.212-1, Instructions to Offerors � Commercial, 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. Evaluation Criteria - The specific evaluation criteria to be used are as follows:� ������� 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.� 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 Government will base its evaluation of the technical element, solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, in which the offeror did not identify 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: The Government will evaluation past performance on an acceptable/unacceptable rating basis. The Government defines an �Acceptable� rating as the Government having reasonable confidence that the offeror can complete all requirements under the contract and meet stated delivery dates.� An �Unacceptable� rating is defined as the Government having minimal confidence that the offeror can complete all requirements under the contract and meet stated delivery dates.� The ratings will be based upon past performance information submitted by the offeror, as well as any other past performance information the Government obtains. The offeror shall submit Two (2) records of past performance from the past Twelve (12) Months with their offer. Only offerors rated �Acceptable� will be eligible for award. The Government will make award to the lowest price technically acceptable offer out of all offers rated �Acceptable�. 3.� Price (include in all instances): The Government will evaluate price based on the total proposed price, including options, (if any). �Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. 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. 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 (JUN 2020) 52.209-6, PROTECTING THE GOVERNMENT�S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (JUN 2020) 52.219-4 DEVIATION 2020-O0008, NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (MAR 2020) 52.219-28, POST AWARD SMALL BUSINESS PROGRAM REPRESENTATION (NOV 2020) 52.222-3, CONVICT LABOR (JUN 2003) 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JUL 2020) (DEVIATION 2020-O0019) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26, EQUAL OPPORTUNITY (SEP 2016) 52.222-36, EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020) 52.222-50, COMBATING TRAFFICKING IN PERSONS (JAN 2019) 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 (OCT 2018) 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 (DEC 2019) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.204-7016, COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7017, PROHIBITION ON THE ACQUISITON 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) 252.213-7000, NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF SUPPLIER PERFORMANCE RISK SYSTEM IN PAST PERFORMANCE EVALUATIONS (SEP 2019) 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7035, BUY AMERICAN�FREE TRADE AGREEMENTS�BALANCE OF PAYMENTS PROGRAM CERTIFICATE 252.225-7036, BUY AMERICAN�FREE TRADE AGREEMENTS�BALANCE OF PAYMENTS PROGRAM�BASIC (DEC 2017)252.225-7974, DEVIATION 2020-O0005 REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (FEB 2020) 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018) 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 (FEB 2019) 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: 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) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) DFARS: 252.225-7048, EXPORT CONTROLLED ITEMS (JUNE 2013) 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: 52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (OCT 2020) 52.204-26, COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (OCT 2020) 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.211-7003, ITEM UNIQUE IDENTIFICATION AND VALUATION 252.232-7006, WIDE AREA WORKLFLOW PAYMENT INSTRUCTIONS Adelphi Special Instructions: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERT. (ARL) RECEIVING ROOM � APG EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. � The following notes apply to this announcement: None Offers are due on 05/12/2021, by 3:00 PM Eastern Standard time (EST), via email to Vanessa Terrazas, vanessa.g.terrazas.civ@mail.mil . Please reference solicitation W911QX21Q0054 on any correspondence. �For information regarding this solicitation, please contact Vanessa Terrazas, vanessa.g.terrazas.civ@mail.mil . Please reference solicitation W911QX21Q0054 on any correspondence. Place of Performance: Contractor Facility
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/10f1cb082bd345a0b69d14c32f7ea106/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN05994377-F 20210508/210506230118 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.