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 A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED:
THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL THE TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE competitive in terms of market prices, quality, and delivery. If ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING oFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE 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; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE first, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET.
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 2025-04.
For purposes of this acquisition, the associated NAICS code is 541715. The small business size standard is 1000 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: Two (2) nanometer (nm) continuous-wave lasers in accordance with the attached Salient Characteristics. Unit of Measure is Each.
Specifications/Requirement: See attached document titled Salient Characteristics.
Delivery: Delivery is required by ten (10) weeks after the contract award. Delivery shall be made to U.S. Army Research Laboratory, 2800 Powder Mill Road Adelphi, MD 20783. Acceptance shall be performed at U.S. Army Research Laboratory 2800 Powder Mill Road Adelphi, MD 20783. The FOB point is Destination.
Clauses:
I. The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE
In addition to the requirements set forth 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.
II. Evaluation Criteria - The specific evaluation criteria to be used are as follows:
Evaluation Criteria (Lowest Price Technically Acceptable) - The specific evaluation criteria to be used are as follows:
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 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 Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified 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 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.
Past performance will be evaluated on an acceptable/unacceptable rating basis. An “Acceptable” rating is defined 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 3 records of past performance from the past two years with their offer. Only offerors rated “Acceptable” will be eligible for award. Award will be made to the lowest price technically acceptable offer out of all offers rated “Acceptable”.
Price will be evaluated based on the proposed total price, including options, (if any). Price will be evaluated for artificially low prices found to be unrealistically low and may be considered unacceptable if it’s determined that the Government needs may not be reasonably met at the quoted price.
III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.
IV. 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.
V. 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)
52.204-27, PROHIBITION ON A BYTEDANCE COVERED APPLICATION (JUN 2023)
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 (FEB 2024)
52.222-3, CONVICT LABOR (JUN 2003)
52.222-19, CHILD LABOR - COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2025)
52.222-20, CONTRACTS FOR MATERIALS, SUPPLIES, ARTICLES, AND EQUIPMENT EXCEEDING $15,000 (JUN 2020)
52.222-36, EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)
52.222-40, NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010)
52.222-50, COMBATING TRAFFICKING IN PERSONS (NOV 2021)
52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (FEB 2021)
52.226-8, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (MAY 2024)
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)
252.203-7002, REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (DEC 2022)
*252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2022)
252.204-7003, CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)
*252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016)
252.204-7015, NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (JAN 2023)
*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 (MAY 2021)
252.204-7018, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2023)
*252.204-7019, NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2023)
252.204-7020, NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2023)
252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JAN 2023)
252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM--BASIC (FEB 2024)
252.225-7007, PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHIESE MILITARY COMPANIES (DEC 2018)
252.225-7012, PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (APR 2022)
252.225-7048, EXPORT-CONTROLLED ITEMS (JUN 2013)
*252.225-7055, REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (MAY 2022)
252.225-7056, PROHIBITION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (JAN 2023)
252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006)
252.243-7001, PRICING OF CONTRACT MODIFICATIONS (DEC 1991)
252.244-7000, SUBCONTRACTS FOR COMMERCIAL PRODUCTS OR COMMERCIAL SERVICES (NOV 2023)
252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)
VI. 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 PROVISIONS:
52.204-7, SYSTEM FOR AWARD MANAGEMENT (NOV 2024)
52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020)
52.204-17, OWNERSHIP OR CONTROL OF OFFEROR (AUG 2020)
52.204-20, PREDECESSOR OF OFFEROR (AUG 2020)
52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
52.204-26, COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES REPRESENTATION (OCT 2020)
52.225-25, PROHIBITION ON CONTRACTING WITH THE ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN—REPRESENTATION AND CERTIFICATIONS (JUN 2020)
52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
FAR/DFARS CLAUSES:
52.204-13, SYSTEM FOR AWARD MANAGEMENT MAITENANCE (OCT 2018)
52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)
52.204-19, INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)
52.204-21, BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (NOV 2021)
52.204-23, PROHIBITION ON CONTRACTING FOR HARDWARE, SOFTWARE, AND SERVICES DEVELOPED OR PROVIDED BY KASPERSKY LAB AND OTHER COVERED ENTITIES (DEC 2023)
52.204-25, PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
52.209-10, PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (NOV 2015)
52.213-2, INVOICES (1984)
52.232-39, UNEFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)
52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (MAR 2023)
52.233-3, PROTEST AFTER AWARD (AUG 1996)
52.233-4, APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004)
52.247-34, F.O.B. DESTINATION (JAN 1991)
52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
252.204-7000, DISCLOSURE OF INFORMATION (OCT 2016)
252.204-7012, SAFEGUARDING COVERDED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (MAY 2024)
252.211-7003, ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)
252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018)
252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)
ADELPI LOCAL INSTRUCTION PROVISIONS:
EXCEPTIONS IN PROPOSAL
AWARD OF CONTRACT
FOREIGN NATIONALS PERFORMING
PAYMENT TERMS
ADELPHI LOCAL INSTRUCTION CLAUSES:
ACC - APG POINT OF CONTACT
TECHNICAL POINT OF CONTACT
TYPE OF CONTRACT
GOV INSPECTION AND ACCEPTANCE
TAX EXEMPTION CERT. (ARL)
PAYMENT INSTRUCTIONS
RECEIVING ROOM - ALC
VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A.
VIII. The following notes apply to this announcement:
In accordance with FAR 32.003, contract financing cannot be provided for this acquisition.
Place of Performance: U.S. Army Research Laboratory 2800 Powder Mill Road Adelphi, MD 20783.
Set Aside: 100% Small Business Set-Aside
Offers are due on five (5) business days after posting by 11:59 AM EST, via email to [email protected] and [email protected].
AMENDMENT 0001: The purpose of this amendment is to attach a Questions & Answer document. See document tiled : Questions and Answer 1.