Federal Bid

Last Updated on 01 Jan 2019 at 9 AM
Combined Synopsis/Solicitation
Hyattsville Maryland

Notice of Intent to Sole Source for Massachusetts Institute of Technology (MIT) Industrial Liaison Program (ILP) Membership

Solicitation ID W911QX19Q0035
Posted Date 10 Dec 2018 at 10 PM
Archive Date 01 Jan 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Hyattsville Maryland United states 20783
COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS

1. Solicitation Number: W911QX-19-Q-0035

2. Title: Notice of Intent to Sole Source for Massachusetts Institute of Technology (MIT) Industrial Liaison Program (ILP) Membership

3. Classification Code: U0

4. NAICS Code: 611310

5. Response Date: 12/17/2018 due via email to the Primary Point of Contact listed in the FedBizOpps.gov webpage for this combined synopsis-solicitation.

6. Description: One (1) Massachusetts Institute of Technology (MIT) Industrial Liaison Program (ILP) Membership that shall provide access to laboratory, faculty, staff and resources in accordance with the standard ILP membership.


Disclaimer: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 13.105, 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: 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). The name of the company the Government intends to award a contract to is Massachusetts Institute of Technology DBA MIT, DUNS: 001425594 CAGE Code: 80230, 77 Massachusetts Ave, Cambridge, MA, 02139-4301. 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 2005-101 effective 10/26/2018
For purposes of this acquisition, the associated NAICS code is 611310. The small business size standard is $27,500,000.00.

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: Quantity of one EACH (1) MIT ILP Membership
CLIN 0002: Quantity of one EACH (1) MIT ILP Membership, Option year 1
CLIN 0003: Quantity of one EACH (1) MIT ILP Membership, Option year 2


Delivery: The period of performance shall be: CLIN 0001: 01/01/2019-12/31/2019; CLIN 0002: 01/01/2020-12/31/2020; & CLIN 0003: 01/01/2021-12/31/2021. Performance/Delivery shall be made to the U.S. Army Research Laboratory (ARL), Adephi, MD 20783. Acceptance shall be performed at the U.S. ARL-ALC. The FOB point is Destination (U.S. ARL-ALC).

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 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.

II. 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: NONE, NOTICE OF SOLE SOURCE


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:

52.204-10 REPORTING EXECUTIVE COMPENSATION
AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013);
52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013);
52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013);
52.222-3 CONVICT LABOR (JUN 2003);
52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014);
52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015);
52.222-26 EQUAL
OPPORTUNITY (MAR 2007);
52.222-35 EQUAL OPPORTUNITY FOR VETERANS (OCT 2015);
52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014);
52.222-37 EMPLOYMENT REPORTS ON VETERANS (FEB 2016);
52.222-50 COMBATING TRAFFICKING IN PERSONS (FAR 2015);
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 (JUL 2013);
52.232-36 PAYMENT BY THIRD PARTY (MAY 2014)

DFARS:
252.203-7005
252.204-7011
252.204-7015
252.211-7003
252.223-7008
252.225-7000
252.225-7001
252.232-7010
252.244-7000
252.246-7004
252.247-7023


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):

52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015);
52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015);
52.213-2 INVOICES (APR 1984);
52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998),
252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011);
252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016);
252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992);
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013);
ACC - APG POINT OF CONTACT;
TECHNICAL POINT OF CONTACT;
TYPE OF CONTRACT;
GOV INSPECTION AND ACCEPTANCE;
TAX EXEMPTION CERT. (ARL);
RECEIVING ROOM - ALC;
ADELPHI CONTR. DIVISION URL;
PAYMENT OFFICE (BANKCARD);
PAYMENT INSTRUCTIONS;
DFARS COMMERCIAL CLAUSES;
EXCEPTIONS IN PROPOSAL;
AWARD OF CONTRACT;
PAYMENT TERMS;
INTENT TO SOLICIT ONLY ONE SOURCE

 


VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as Not Applicable.

The following notes apply to this announcement: Offers shall be in U.S. dollars and valid through the time of payment (30 days after invoicing).

Offers are due at 11:59 AM EST, 12/17/2018 via email to the Primary Point of Contact listed in the FedBizOpps.gov webpage for this combined synopsis-solicitation, [email protected] (cc. [email protected] & [email protected])

Place of Performance: U.S. Army Research Laboratory
Adelphi, MD 20783.

Set Aside: N/A

Bid Protests Not Available