SOLICITATION NOTICE
J -- Notice Intent to Sole Soucre: Rigaku SuperNova X-Ray Diffractometer Service Maintenance Agreement
- Notice Date
- 6/17/2022 8:23:04 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX22Q0121
- Response Due
- 6/27/2022 12:00:00 PM
- Archive Date
- 07/12/2022
- Point of Contact
- Alexander Cheatham, Phone: 5756784963
- E-Mail Address
-
alexander.k.cheatham.civ@army.mil
(alexander.k.cheatham.civ@army.mil)
- Description
- (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. NOTICE: 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).� The name of the company the Government intends to award a contract to is Rigaku Americas Corporation, 9009 NewTrails Drive, Woodlands, Texas 77381, Cage Code: 4K781.� 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 W911QX22Q0121.� This acquisition is issued as an request for quotation (RFQ). ������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06, effective date 26 May 2022. ������������������� (iv)� The associated NAICS code is 811219.� The small business size standard is $22 million. ������������������� (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 -� Qty one (1) Preventative Maintenance, repair services of the Government owned Rigaku SuperNova X-ray Diffractometer (Base Year, 1 July 2022 � 30 June 2023), job OPTION CLIN 0002 -� Qty one (1) Preventative Maintenance, repair services of the Government owned Rigaku SuperNova X-ray Diffractometer (Option Year 1, 1 July 2023 � 30 June 2024), job OPTION CLIN 0003 -� Qty one (1) Preventative Maintenance, repair services of the Government owned Rigaku SuperNova X-ray Diffractometer (Option Year 2, 1 July 2024 � 30 June 2025), job OPTION CLIN 0004 -� Qty one (1) Preventative Maintenance, repair services of the Government owned Rigaku SuperNova X-ray Diffractometer (Option Year 3, 1 July 2025 � 30 June 2026), job ������������������� (vi) �Description of requirements: On-site service maintenance contract for Rigaku X-Ray Diffractometer on an annual basis, to include all parts, labor, travel, emergency repairs and technical support per Original Manufacturer Equipment (OEM) specifications and one (1) preventive maintenance service visit per year on the covered equipment which includes: SuperNova ����������� SN: PW19443-186 � EOS S2 Detector� SN: PL16180029 � Mo Source����������� SN: PL16170006 � Ag Source����������� SN: PW19443-1 � Cryostream 800��� SN: 2391 ������������������� (vii) The period of performance for this action is estimated to start 01 July 2022. ������������������� (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 �������������������� (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, 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 2018) 52.209-6� PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021) 52.219-28� POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021) 52.222-3� CONVICT LABOR (JUN 2003) 52.222-19� �DEVIATION 2020-O0019 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022) 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 (NOV 2021) 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) 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: 252.203-7000 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 WIH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 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 (JAN 2021) 252.204-7019� NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) 252.204-7020� NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) 252.223-7008� PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7974 **USE DEVIATION 2020-O0005 UNTIL FURTHER NOTICE� REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (FEB 2020)* 252.232-7010� LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.237-7010� PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (JUN 2013) 252.244-7000� SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023� TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) ������������������� (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): FAR: 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 (AUG 2020)* 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)* 52.204-19 INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.204-20 PREDECESSOR OF OFFEROR (AUG 2020) 52.204-24� REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)* 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.232-40� PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (NOV 2021) 52.247-34 F.O.B. DESTINATION (NOV 1991) DFARS: 252.203-7000� REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) 252.204-7000� DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 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) 252.232-7017 ACCELERATING PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS�PROHIBITION ON FEES AND CONSIDERATION (APR 2020) 252.243-7001 PRICING OF CONTRACT MODIFICATIONS (DEC 1991) *Indicates Provision CLAUSES INCORPORATED BY FULL TEXT: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS LOCAL PROVISIONS: EXCEPTIONS IN PROPOSAL FOREIGN NATIONALS PERFORMING PAYMENT TERMS INTENT TO SOLICIT ONLY ONE SOURCE LOCAL CLAUSES: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT NON-PERSONAL SERVICES DISTRIBUTION STATEMENT A GOV INSPECTION AND ACCEPTANCE EXERCISE OF OPTION TAX EXEMPTION CERTIFICATE (ARL) SUPERVISION OF EMPLOYEES WORK HOURS ID OF CONTRACTOR EMPLOYEES GOV�T-CONTRACTOR RELATIONSHIPS ������������������� (� 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 on Five (5) business days from posting, by 11:59am Eastern Time (ET), at karen.s.millner.ctr@army.mil . ������������������� (xvii)� For information regarding this solicitation, please contact �Karen Millner (Acquisition Specialist), karen.s.millner.ctr@army.mil, 301-538-5907.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fa5b52fd3b574d94bd1d74ca18d29693/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN06362119-F 20220619/220617230107 (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 |