Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2022 SAM #7401
SOLICITATION NOTICE

66 -- Notice of Intent to Sole Source: one (1) Semiconductor Device Characterization System

Notice Date
3/4/2022 12:49:23 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-22-Q-0040
 
Response Due
3/11/2022 8:59:00 AM
 
Archive Date
03/26/2022
 
Point of Contact
Nicole G. Hernandez, Phone: 5756784979
 
E-Mail Address
nicole.g.hernandez2.civ@army.mil
(nicole.g.hernandez2.civ@army.mil)
 
Description
Description: Semiconductor Device Characterization System 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. 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 of FAR 13.106-1(b)(1)(i): Contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available.� The name of the company the Government intends to award a contract is Keysight Technologies Inc. 1900 Garden of the Gods Road Colorado Springs CO 80907-3423. 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. 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 Circular 2022-04 Effective 30 January 2022. For purposes of this acquisition, the associated NAICS code is 334515. The small business size standard is 750 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 Part # Description Quantity 0001 B1500A Semiconductor Device Analyzer Mainframe KeysightCare Assured First Year Support Power Cord to include B1500A-030 3m cable length / B1500A-A00 Standard Pack 0 1 0002 B1500A-A10 Add-on Package - High Power Source Monitor Unit (B1510A) 1ea, Cables 2 0003 B1500A-A11 Add-on Package - Mid Power Source Monitor Unit (B1511B) 2 0004 B1500A-A20 Add-on Package - Capacitance Measurement Unit (B1520A) 1 0005 B1500A-A31 Add-on Package - B1530A 1ea, Connector Adaptor, Remote Sense Unit 2ea, Cables to include B1500A-060 60Hz Line Frequency 1 0006 PS-S20-01 Recommended Startup assistance 1 0007 Shipping to 20783 Shipping to APG, MD 20783 1 Specifications/Requirement: See above Delivery: Delivery is required by NLT 27 weeks after contract award. Delivery shall be made to U.S. Army Research Laboratory,�2800 Powder Mill Road Bldg 102, Adelphi, MD 20873. Acceptance shall be performed at Delivery. 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 - N/A � 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. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. N/A 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 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 52.209-6, PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION 52.222-3, CONVICT LABOR 52.222-19 (DEVIATION 2020-O0019), CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES 52.222-21, PROHIBITION OF SEGREGATED FACILITIES 52.222-26, EQUAL OPPORTUNITY 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES 52.222-50, COMBATING TRAFFICKING IN PERSONS 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION 52.232-36, PAYMENT BY THIRD PARTY DFARS: 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS 252.204-7016, COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION 252.204-7017, PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION 252.204-7018, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES 252.213-7000, NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PEFORMANCE INFORMATION RETRIEVAL SYSTEM�STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM 252.225-7000, BUY AMERICAN STATUTE�BALANCE OF PAYMENTS PROGRAM CERTIFICATE 252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM 252.225-7974 (DEVIATION 2020-O0005), REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME 252.232-7010, LEVIES ON CONTRACT PAYMENTS 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA 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: 52.204-7, SYSTEM FOR AWARD MANAGEMENT 52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE 52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE 52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT 52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT 52.212-1, INSTRUCTIONS TO OFFERORS � COMMERCIAL ITEMS 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS � COMMERCIAL ITEMS 52.212-3 ALT I, OFFEROR REPRESENTATIONS AND CERTIFICATIONS � COMMERCIAL ITEMS 52.212-4, CONTRACT TERMS AND CONDITIONS � COMMERCIAL ITEMS 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 52.252-2, CLAUSES INCORPORATED BY REFERENCE DFARS: 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS 252.204-7000, DISCLOSURE OF INFORMATION 252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING 252.223-7999 (DEVIATION 2021-O0009), ENSURING ADEQUATE COVID-19 SAFETY PROTOCOLS FOR FEDERAL CONTRACTORS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS 252.211-7003, ITEM IDENTIFICATION AND VALUATION LOCAL CLAUSES: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERT. (ARL) RECEIVING ROOM � ADELPHI DFARS COMMERCIAL CLAUSES 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: Offers are due Five (5) Business Days After Posting by 11:59 AM EST, at nicole.g.hernandez2.civ@army.mil Place of Performance: U.S. Army Research Laboratory,�2800 Powder Mill Road Bldg 102, Adelphi, MD 20873
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e2a9df8ebbdc4b518efbcd7d9c48cced/view)
 
Place of Performance
Address: Adelphi, MD 20783, USA
Zip Code: 20783
Country: USA
 
Record
SN06258003-F 20220306/220304230103 (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.