Federal Bid

Last Updated on 01 Oct 2016 at 8 AM
Combined Synopsis/Solicitation
Aberdeen proving ground Maryland

Intent to Sole Source: Extended Warranty Coverage Plan for Micro-Photonics SkyScan 1172 micro Computed Tomographic X-ray Imaging System

Solicitation ID W911QX-16-T-0352
Posted Date 09 Sep 2016 at 2 PM
Archive Date 01 Oct 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Aberdeen proving ground Maryland United states

COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS

 

1.  Class Code: J0

 

2.  NAICS Code:  423490

 

3.  Subject:  Extended Warranty Coverage Plan for Micro-Photonics SkyScan 1172 micro Computed Tomographic X-ray Imaging System

 

4.  Solicitation Number: W911QX-16-T-0352.

 

5.  Set-Aside Code: N/A

 

6.  Response Date: 16 September 2016

 

7.  Place of Delivery/Performance: 

U.S. Army Research Laboratory

                                    Aberdeen Proving Grounds

                                    Aberdeen, MD 21005

 

8. 

 

                        (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.

 

APG-ADL-B.5152.206-4400  INTENT TO SOLICIT ONLY ONE SOURCE (FEB 2015)

 

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) “Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized.  The name of the company the Government intends to award a contract to is Micro Photonics Inc, 1550 Pond Rd., Allentown, PA, 18104-2259.  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 W911QX-16-T-0352.  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 2005-89 effective 14 July 2016.

 

                        (iv)  The associated NAICS code is 423490.  The small business size standard is 150 Employees.

 

 

                        (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 Extended Warranty for Skyscan

CLIN 0002 Contract Manpower Reporting Act (Not Separately Priced)                    

 

                        (vi)  Description of requirements: Tier 1 extended service warranty coverage for Skyscan 1172 micro CT scanner serial number 12P01214 for period 09/17/2016 – 09/16/2018

 

 

                        (vii) Delivery is required by N/A.

 

                        (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.

 

                        (ix)  The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition.  The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:  N/A

 

                        (x)  Offerors shall include a completed copy of the provision at FAR 52.212-3, 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:

 

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards

52.204-16 Commercial and Government Entity Code Reporting

52.204-18 Commercial and Government Entity Code Maintenance

52.209-6, Protecting the Government's 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 (June 2003) (E.O. 11755).

52.222-19, Child Labor--Cooperation with Authorities and Remedies

52.222-21, Prohibition of Segregated Facilities

52.222-26, Equal Opportunity

52.222-36, Equal Opportunity for Workers with Disabilities

52.222-50, Combating Trafficking in Persons

52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011

52.225-13, Restrictions on Certain Foreign Purchases

52.232-18, Availability of Funds

52.232-33, Payment by Electronic Funds Transfer—System for Award Management

52.232-36, Payment by Third Party

52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS

 

252.203-7000, Requirements Relating to Compensation of Former DoD Officials

252.203-7005, Representation Relating to Compensation of Former DoD Officials

252.204-7000 DISCLOSURE OF INFORMATION (AUG 2013)

252.204-7008 (DEVIATION 2016-O0001)(OCT 2015), Compliance with Safeguarding Covered Defense Information Controls

252.204-7009 LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION   

252.204-7011, Alternative Line Item Structure

252.204-7012 (DEVIATION 2016-O0001)(OCT 2015), Safeguarding of Unclassified Controlled Technical Information

252.204-7015, Disclosure of Information to Litigation Support Contractors

252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2013)

252.225-7000, Buy American—Balance of Payments Program Certificate

252.225-7001, Buy American and Balance of Payments Program

252.232-7003, Electronic Submission of Payment Requests and Receiving Reports

252.232-7010, Levies on Contract Payments

252.237-7010, PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (NOV 2010)

252.244-7000, Subcontracts for Commercial Items

252.247-7023, Transportation of Supplies by Sea

 

                        (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):

·         APG-ADL-B.5152.206-4400  INTENT TO SOLICIT ONLY ONE SOURCE (FEB 2015)

·         52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE

·         52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

·         252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)

·         APG-ADL-G.5152.232-4423  PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) (SEP 2010);

·         APG-ADL-B.5152.204-4409  ACC - APG POINT OF CONTACT (APR 2011)

·         APG-ADL-B.5152.204-4411 TECHNICAL POINT OF CONTACT

·         APG-ADL-B.5152.216-4407 TYPE OF CONTRACT (SEP 1999)

·         APG-ADL-E.5152.246-4400  GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999)

·         APG-ADL-G.5152.232-4418  TAX EXEMPTION CERTIFICATE (SEP 1999)

·         APG-ADL-L.5152.215-4441 US ARMY  CONTRACTING COMMAND (ACC-APG) – ADELPHI CONTRACTING DIVISION WEBSITE

·         APG-ADL-H.5152.211-4401   RECEIVING ROOM REQUIREMENT – APG ALTERNATE I(SEPT 1999)

·         ACC-APG 5152.237-4900  ACCOUNTING FOR CONTRACT SERVICES REQUIREMENT – ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (June 2013)

·         APG-ADL-D.5152.004-4400  DISTRIBUTION STATEMENT A

·         AMC-LEVEL PROTEST PROGRAM (JUL 2011)

 

 

 

                        (xiv)  This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: None

 

                        (xv)  The following notes apply to this announcement:  None

 

                        (xvi)  Offers are due 16 September 2016, by 11:59 am Eastern, at [email protected]

 

                        (xvii)  For information regarding this solicitation, please contact Christine Chase, [email protected]

Bid Protests Not Available

Similar Past Bids

Emmett Michigan 16 Nov 2018 at 9 PM
Tinker air force base Oklahoma 23 Oct 2013 at 1 PM
Dakota Minnesota 08 Mar 2018 at 3 PM
Indian head Maryland 13 Aug 2014 at 2 PM
Location Unknown 03 Sep 2015 at 4 PM

Similar Opportunities

No Similar Opportunities Found