Synopsis:
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07 effective 02 Jul 2020.The synopsis/ solicitation number is W91ZLK-20-Q-0039 for the purchase of 1) Phantom V2640 Monochrome and (3) Phantom VEO 1310S Monochrome for year 1 and additional (1) Phantom V2640 Monochrome/Color and (3) Phantom VEO 1310S Monochrome/Color for Option year.
This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5 Simplified Procedures for Certain Commercial Items. This is a Brand name requirement and is being solicited Full and Open competition for NAICS Code 333316. The Government contemplates an award of a Firm-Fixed Price (FFP) type contract and will be evaluated on the basis of Lowest Priced offer that meets all the requirement listed in the Statement of Work.
Description of Requirements: This contract will cover the purchase and delivery of high speed camera system, Base year: (1) Phantom V2640 Monochrome and (3) Phantom VEO 1310S Monochrome; Option year: (1) Phantom V2640 Monochrome/Color and (3) Phantom VEO 1310S Monochrome/Color. The requirement is BRAND NAME specific for Vision Research high speed camera required for testing mission support at Aberdeen Test Center (ATC).
Please refer to the attached Statement of Work.
Proposals shall be submitted in two (2) separate volumes:
Volume I: PRICE Proposal- Please submit detailed price proposal in accordance with the Statement of Work. The Price proposal shall clearly identify the firm fixed price unit prices. Offeror's cost/price proposals will be evaluated based on the applicable criteria in FAR 15.404-1. Offerors are encouraged to submit any other price or financial information that may be helpful in the understanding and evaluation of the Price Proposal; however, superfluous or elaborate documents are discouraged. Partial quotes will not be evaluated.
Volume II: TECHNICAL Proposal- Technical acceptability will be based on a proposal that meets all the requirements stated in the Statement of Work (SOW). Technical proposal shall be rated as Acceptable, or Unacceptable. To receive consideration for award, Contractor shall achieve technically acceptable rating on all requirements listed in the SOW.
Rejection of Offers: In accordance with FAR 52.212-1 (g) The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Examples include, but are not limited to, the following:
Award without Discussions: In accordance with FAR 52.212-l (g), the Government intends to evaluate proposals and award a contract without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror's initial proposal shall contain the Offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.
Determination of Responsibility: In accordance with FAR 9.103, contracts will be placed only with Contractors that the Contracting Officer determines to be responsible. Prospective offerors, in order to qualify as sources for this acquisition must be able to demonstrate that they meet standards of responsibility set forth in FAR 9.104. No award shall be made to an Offeror who has been determined non-responsible by the Contracting Officer.
Instructions to Offerors:
US Army Contracting Command- Aberdeen Proving Ground,
Tenant Contracting Division
ATTN: Rex M, Valdez, C2-101
6565 Surveillance Loop, 3rd Flr. Room C3-101
Aberdeen Proving Ground, MD 21005
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://farsite.hill.af.mil
The following clauses and provisions are incorporated by reference:
FAR 52.204-7 System for Award Management
FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Rep NOV 2015
FAR 52.209-10 – Prohibition on Contracting With Inverted Domestic Corporations.
FAR 52.212-1 Instructions to Offerors -- Commercial Items.
FAR 52.212-2, Evaluation- Commercial Items
FAR 52.212-3, Offeror Representations and Certifications - Commercial Items
FAR 52.212-4 Contract Terms and Conditions--Commercial Items
FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items.
FAR 52.219-28, Post-Award Small Business Program Representation
FAR 52.222-3, Convict Labor
FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies
FAR 52.222-21, Prohibition of Segregated Facilities
FAR 52.222-26, Equal Opportunity
FAR 52.222-50 Combating Trafficking in Persons
FAR 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management.
FAR 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52.233-1 Disputes.
FAR 52.233-3, Protest After Award
FAR 52.233-4, Applicable Law for Breach of Contract Claim
FAR 52.243-1, Changes- Fixed Price
FAR 52.246-2 -- Inspection of Supplies -- Fixed-Price
FAR 52.247-34 F.O.B. Destination
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials.
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights.
DFARS 252.204-7003 Control of Government Personnel Work Product.
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information.
DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors.
DFARS 252-211-7003, Item Identification and Valuation
DFARS 252-215-7007, Notice of Intent to Re-solicit
DFARS 252.223-7008, Prohibition of Hexavalent Chromium
DFARS 252.225-7048, Export-Controlled Items
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.
DFARS 252.232-7006, Wide Area Workflow Payment Instructions.
DFARS 252.232-7010 Levies on Contract Payments.
DFARS 252.243-7001 Pricing of Contract Modifications.
DFARS 252.244-7000 Subcontracts for Commercial Items
DFARS 252.247-7023, Transportation of Supplies by Sea