COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS
1. Solicitation Number: W911QX-25-Q-A005
2. Title: COMBO SYNOPSIS SOLICITATION FOR One (1) Keyence high-resolution digital microscope
3. Classification Code: 66
4. NAICS Code: 334516
5. Response Date: Five (5) business days after posting date, by 5:00PM Eastern Standard Time, due via email to the Primary Point of Contact listed in the SAM.gov webpage for this combined synopsis-solicitation.
6. Description:
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
As described below, this combination synopsis/solicitation is for brand name-only items.
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 2025-03 (Effective 17 January, 2025).
For purposes of this acquisition, the associated NAICS code is 334516. The small
business size standard is 1,000 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: One (1) Keyence high-resolution digital microscope including all accessories and all shipping and handling charges. All of the following part numbers shall be included:
- Quantity one (1) Digital Microscope, Controller for VHX-X1 Series (Part Number VHX-X1)
- Quantity one (1) Console/Manual for VHX-X1 (Part Number VHX-AX1E)
- Quantity one (1) Win10 PC for VHX-X1 (Part Number OP-88851)
- Quantity one (1) High Performance Camera (Part Number VHX-7020)
- Quantity one (1) VHX Free-angle observation system Motorized Z, 40mm motorized XY (Part Number VHX-S750E)
- Quantity one (1) VH Lens joint holder (Part Number OP-88338)
- Quantity one (1) VH Zoom Lens 20x to 2000x Magnification (Part Number VH-ZST)
- Quantity one (1) VH Lens Joint for VH-ZST (no post) (Part Number VHX-JZST)
- Quantity one (1) Lighting Unit with 2m Cable (Part Number OP-88329)
- Quantity one (1) VH Support Package (Part Number VH Support Package)
Specifications/Requirement: N/A
Delivery: Delivery is required by fourteen (14) days After Contract Award (ACA). 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:
(Lowest Price Technically Acceptable)
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.
Technical Acceptability:
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 so as 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:
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 the Government obtains. 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” on Past Performance.
Price:
Price will be evaluated based on the total proposed price, including
options, (if any).
III. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (Mar 2025) (Deviation 2025-O0003) (with its Alternate I), 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 Products and Commercial Services (Mar 2025) (Deviation 2025-O0003) and the selected clauses listed in DFARS 212.301 Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Products and Commercial Services, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable:
FAR:
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017)
52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018)
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)
52.204-27, PROHIBITION ON A BYTEDANCE COVERED APPLICATION (JUNE 2023)
52.209-6, PROTECTING THE GOVERNMENT’S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (JAN 2025)
52.209-10, PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (NOV 2015)
52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JAN 2025)
52.222-3, CONVICT LABOR (JUN 2003)
52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2025)
52.222-36, EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)
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—SYSTEM FOR AWARD MANAGEMENT (OCT 2018)
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)
52.240-1, PROHIBITION ON UNMANNED AIRCRAFT SYSTEMS MANUFACTURED OR ASSEMBLED BY AMERICAN SECURITY DRONE ACT—COVERED FOREIGN ENTITIES (NOV 2024)
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)
252.204-7016, 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)
252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JAN 2023)
252.225-7000, BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE--BASIC (FEB 2024)
252.225-7001, BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM—BASIC (FEB 2024)
252.225-7007, PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES (DEC 2018)
252.225-7031, SECONDARY ARAB BOYCOTT OF ISRAEL (JUN 2005)
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)
252.225-7059, PROHIBITION ON CERTAIN PROCUREMENTS FROM THE XINJIANG UYGHUR AUTONOMOUS REGION–REPRESENTATION (JUN 2023)
252.225-7060, PROHIBITION ON CERTAIN PROCUREMENTS FROM THE XINJIANG UYGHUR AUTONOMOUS REGION (JUN 2023)
252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006)
252.244-7000, SUBCONTRACTS FOR COMMERCIAL PRODUCTS OR COMMERCIAL SERVICES (NOV 2023)
252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA--BASIC (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:
52.204-7, SYSTEM FOR AWARD MANAGEMENT (NOV 2024)
52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)
52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020)
52.204-17, OWNERSHIP OR CONTROL OF OFFEROR (AUG 2020)
52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)
52.204-19, INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)
52.204-20, PREDECESSOR OF OFFEROR (AUG 2020)
52.212-1, INSTRUCTIONS TO OFFERORS – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023)
52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025) (DEVIATION 2025-O0003)
52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES, ALT I (FEB 2024)
52.212-4, CONTRACT TERMS AND CONDITIONS – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2023)
52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025) (DEVIATION 2025-O0003)
52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2024) (DEVIATION 2023-O0008, REV 1)
52.222-20, CONTRACTS FOR MATERIALS, SUPPLIES, ARTICLES, AND EQUIPMENT EXCEEDING $15,000 (JUN 2020)
52.232-39, UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)
52.247-34, F.O.B. DESTINATION (JAN 1991)
52.252-5, AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020)
DFARS:
252.204-7003, CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)
252.204-7024, NOTICE ON THE USE OF THE SUPPLIER PERFORMANCE RISK SYSTEM (MAR 2023)
252.225-7048, EXPORT-CONTROLLED ITEMS (JUN 2013)
252.225-7972, PROHIBITION ON THE PROCUREMENT OF FOREIGN-MADE UNMANNED AIRCRAFT SYSTEMS. (DEVIATION 2024-O0014) (AUG 2024)
252.225-7973, PROHIBITION ON THE PROCUREMENT OF FOREIGN-MADE UNMANNED AIRCRAFT SYSTEMS—REPRESENTATION. (DEVIATION 2024-O0014) (AUG 2024)
252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018)
252.243-7001, PRICING OF CONTRACT MODIFICATIONS (DEC 1991)
LOCAL CLAUSES:
ACC – APG POINT OF CONTACT
TECHNICAL POINT OF CONTACT
TYPE OF CONTRACT
GOV INSPECTION AND ACCEPTANCE
TAX EXEMPTION CERT. (ARL)
RECEIVING ROOM – ALC
EXCEPTIONS IN PROPOSAL
AWARD OF CONTRACT
ADELPHI CONTR. DIVISION URL
FOREIGN NATIONALS PERFORMING
PAYMENT TERMS
FAR/DFARS FILL-IN/FULL TEXT CLAUSES:
52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
252.211-7003, ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)
252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)
52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
52.204-25, PROHIBITION OF CONTRACTING FOR CERTAIN TELECOMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
52.204-26, COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES- REPRESENTATION (OCT 2020)
FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025) (DEVIATION 2025-O0003)
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.
IX. For information regarding this solicitation, please contact Benjamin Krein, benjamin.l.krein.civ@army.mil
Place of Performance: U.S. Army Research Laboratory, 2800 Powder Mill Road, Adelphi, MD 20783
Set Aside: None