Federal Bid

Last Updated on 08 Jan 2014 at 9 AM
Combined Synopsis/Solicitation
Aberdeen proving ground Maryland

52--SmartScope Flash 302 (Brand Name or Equal to OGP) 100% Small Business Set-Aside

Solicitation ID W91ZLK-14-T-0002
Posted Date 09 Oct 2013 at 2 PM
Archive Date 08 Jan 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Aberdeen proving ground Maryland United states 21005
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.

The combined synopsis/ solicitation number is W91ZLK-14-T-0002. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-70. This requirement is 100% Small Business Set-Aside. The associated North America Industry Classification System (NAICS) Code is 333314 and the Business Size Standard is 500 Employees. The Government contemplates award of a Firm-Fixed Price (FFP) Purchase Order. In accordance with the specifications, using Federal Acquisition Regulation FAR PART 13.5, Test Program for Certain Commercial Items.

NOTES to Offerors: Offers shall note the lead time or approximate delivery date for items offered.

Acceptance shall be at destination.
Shipping shall be FOB Destination to:
Ms. Louise Beyer
Aberdeen Test Center
358 Michaelsville Rd.
Aberdeen Proving Ground, MD 210005-5059
Description of the Requirement: The Aberdeen Test Center (ATC) is requesting the purchase of SmartScope Flash 302. This is a Brand Name or Equal purchase, and as such Optical Gaging Products (OGP) brand name or equal is required.
The following is the item and the quantity required:

CLIN 0001 Flash 302 Part S501-050; Required Quantity: One (1)
Unit Price:__________. Total Amt:_____________.

CLIN 0002 Laser pointer w/ TTL Laser Ready; Required Quantity: One (1)
Unit Price:__________. Total Amt:_____________.

CLIN 0003 MeasureFit Software; Required Quantity: One (1)
Unit Price:__________. Total Amt:_____________.

CLIN 0004 Measure X Software; Required Quantity: One (1)
Unit Price:__________. Total Amt:_____________.

CLIN 0005 Installation; Required Quantity: One (1)
Unit Price:__________. Total Amt:_____________.

CLIN 0006 Computer Accessory Package; Required Quantity: One (1)
Unit Price:__________. Total Amt:_____________.

CLIN 0007 Touch Probe Adapter Package ; Required Quantity: One (1)
Unit Price:__________. Total Amt:_____________.

******Please see the attached specifications (located at bottom of this posting) for further details. ****************************


The following provisions and clauses will be incorporated by reference:
52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment
52.212-1 Instruction to Offerors Commercial Items
52.212-2, Evaluation Commercial Items
The Government will award a firm fixed price purchase order based on the lowest price technically acceptable LPTA to the Government. All offered items must meet the specifications of the proposed applicable item or the offer will be rejected as technically unacceptable. A technically acceptable offer is required to fully meet all the specifications. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis.
52.212-3, Offerors Representations and Certifications Commercial Items
An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision.
252.212-7000, Offeror Representations and Certifications Commercial Items
52.212-4 Contract Terms and Conditions Commercial Items.
ADDENDUM to 52.212-4
52.223-11 Ozone Depleting Substances
52.247-34 FOB Destination
252-211-7003 Item Identification and Valuation
52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable:
52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S .C. 2402)
52.219-14 Limitations on Subcontracting
52.222-19 Child Labor Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era
52.225-2 Buy American Act - Supplies
52.225-5 Trade Agreements
52.225-13 Restrictions on Certain Foreign Purchase
52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration
52.246-2 Inspection of Supplies-Fixed Price
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable:
52.203-3 Gratuities
252.225-7001 Buy America and Balance of Payment Program
252.225-7012 Preference for Certain Domestic Commodities
252.225-7015 Preference of Domestic Hand and Measuring Tools
252.232-7003 Electronic Submission of Payment Requests.
EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax.

AMC-LEVEL PROTEST (NOV 2008)
If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution.

HQ Army Materiel Command
Office of Command Counsel
9301 Chapek Rd, Room 2-1SE3401
Ft. Belvoir, VA 22060-5527
Facsimile number: (703) 806-8866 or 8875

Packages sent by FedEx, UPS, or other delivery service should be addressed to:
HQ Army Materiel Command
Office of Command Counsel
Room2-1SE3401
1412 Jackson Loop
Ft. Belvoir, VA 22060-5527

The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures.
http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp

The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations shall be signed, dated and received by 1:00 PM Eastern Standard Time (EST) 25 October 2013 via e-mail to SSG Krishna K. Menon, [email protected], at the US Army Contracting Command (ACC), Aberdeen Proving Ground (APG), Tenant Division, Attention: CCAP-SCI 6001 Combat Drive, Aberdeen Proving Ground (APG), MD, 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by going on via the web to https://www.sam.gov. For questions concerning this Request for Quotation (RFQ), vendors shall contact SSG Krishna K. Menon, Contracting Specialist, via e-mail at [email protected]. Vendors shall provide any/all questions no later than 21 October 2013 at 1:00 PM EST. NO TELEPHONE REQUESTS WILL BE HONORED. This action was posted on 9 October 2013.

Bid Protests Not Available

Similar Past Bids

Watervliet New york 23 Oct 2023 at 8 PM
Watervliet New york 03 Jan 2024 at 7 PM

Similar Opportunities

Patuxent river Maryland 24 Jul 2025 at 7 PM
Patuxent river Maryland 24 Jul 2025 at 7 PM
Pennsylvania 13 Jul 2025 at 4 AM (estimated)
Pennsylvania 13 Jul 2025 at 4 AM (estimated)