(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.
(ii) The solicitation number is W911QX25QA004. This acquisition is issued as an Request for Quote.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03.
(iv) The associated NAICS code is 334516. The small business size standard is 1,000 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: Quantity one (1) X-ray Photoelectron Spectroscopy Instrument System
- In accordance with all Government minimum requirements for this specific instrument outlined in the Salient Characteristics attached.
(vi) Description of requirements: SEE ATTACHED DOCUMENT TITLED “SALIENT CHARACTERISTICS”.
(vii) Delivery is required by no later than one (1 ) year after contract award (ACA). Delivery shall be made to Logistics Warehouse, Building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at Logistics Warehouse, Building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005. The FOB point is Destination.
(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:
In accordance with Federal Acquisition Regulation (FAR) 13.106-2(b)(3), the Government will employ comparative evaluation procedures to assess all quotations received in response to this solicitation. Under this method, the Government will evaluate each quotation in relation to the others based on the stated evaluation factors, rather than against a predetermined set of standards.
A comparative evaluation entails an item-by-item assessment of each offer against competing quotations to determine which vendor provides the best overall value to the Government. The Government intends to make award to the vendor whose quotation is determined to be the most advantageous, considering technical capability, past performance, and price.
While award may be made to the lowest-priced vendor that meets the Government’s minimum requirements, the Government reserves the right to make award to a higher-priced vendor if their quotation exceeds minimum requirements and is determined to offer the best overall value.
To be eligible for award, a vendor’s quotation must meet all minimum technical requirements specified in this solicitation.
The following evaluation factors will be considered in the selection process (presented in no order of precedence):
Technical Capability
Past Performance
Price
The Government may consider the benefits of enhanced capabilities or performance features offered beyond the minimum requirements, and may make trade-offs between price and non-price factors as appropriate in determining the most advantageous offer.
(x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), 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:
FAR:
- 52.203-6: RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT – ALTERNATE 1 (NOV 2021)
- 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 OF CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
- 52.204-27: PROHIBITION ON A BYTEDANCE COVERED APPLICATION (JUN 2023)
- 52.209-7: INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018)*
- 52.209-9: UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018)
- 52.209-10: PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (NOV 2015)
- 52.219-8: UTILIZATION OF SMALL BUSINESS CONCERNS (JAN 2025)
- 52.222-3: CONVICT LABOR (JUN 2003)
- 52.222-19: CHILD LABOR – COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2025)
- 52.222-20: CONTRACTS FOR MATERIALS, SUPPLIES, ATRICLES, AND EQUIPMENT EXCEEDING $15,000 (JUN 2020)
- 52.222-35: EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)
- 52.222-36: EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITES (JUN 2020)
- 52.222-37: EMPLOYMENT REPORTS ON VETERANS (JUN 2020)
- 52.222-40: NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010)
- 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)
- 52.232-39: UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)
- 52.232-40: PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRATORS (MAR 2023)
- 52.233-3: PROTEST AFTER AWARD (AUG 1996)
- 52.233-4: APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004)
DFARS:
- 52.203-7005: REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEPT 2022)*
- 252.204-7015: NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (JAN 2023)
- 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 (DEC 2019)*
- 252.204-7018: PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2023)
- 252.204-7024: NOTICE ON THE USE OF THE SUPPLIER PERFORMANCE RISK SYSTEM (MAR 2023)*
- 252.233-7008: 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 MILTARY COMPANIES (DEC 2018)
- 252-225-7012: PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (APR 2022)
- 252.225-7048: EXPORT – CONTROLLED ITEMS (JUN 2013)
- 252.225-7052: RESTRICTION ON THE ACQUISITION OF CERTAIN MAGNETS AND TUNGSTEN (MAY 2024)
- 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)
- 252.232-7010: LEVIES ON CONTRACT PAYMENTS (DEC 2006)
- 252.244-7000: SUBCONTRACTS FOR COMMERCIAL PRODUCTS OR COMMERCIAL SERVICES (NOV 2023)
- 252.247-7023: TRANSPORATION OF SUPPLIES BY SEA – BASIC (OCT 2024)
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):
FAR:
- 52.204-7: SYSTEM FOR AWARD MANAGEMENT (NOV 2024)*
- 52.204-13: SYSTEM FOR AWARD MANAGEMENT MAINTENANCE
- 52.204-16: COMMERCIAL AND GOVERNEMTN ENTITY CODE REPORTING (AUG 2020)*
- 52.204-17: OWNERSHIP OR CONTROL OF OFFEROR (AUG 2020)*
- 52.204-18: COMMERICAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)
- 52.204-19: INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)
- 52.204-20: PREDECESSOR OF OFFEROR (AUG 2020)*
- 52.204-24: REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)*
- 52.204-26: COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES – REPRESENTATION (OCT 2020)*
- 52.247-34: F.O.B DESTINATION (JAN 1991)
DFARS:
- 52.203-7000: REQUIREMENTS RELATING TO COMPENSATION OF FORMER DoD OFFICIALS (SEP 2011)
- 252.203-7002: REQUIREMENTS TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (DEC 2022)
- 252.204-7003: CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)
- 252.215-7008: ONLY ONE OFFER (DEC 2022)*
FULL TEXT:
- 52.252-2: CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
- 252.211-7003: ITEM IDENTIFICATION AND VALUATION (JAN 2023)
- 252.232-7006: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)
LOCAL PROVISION:
- EXCEPTIONS OR CONDITIONS CONTAINED IN OFFEROR’S PROPOSAL
- AWARD OF CONTRACT
- ADELPHI CONTRACTING DIVISION WEBSITE
- FOREIGN NATIONALS PERFORMING
(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.
(ii) The solicitation number is W911QX25QA004. This acquisition is issued as an Request for Quote.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03.
(iv) The associated NAICS code is 334516. The small business size standard is 1,000 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: Quantity one (1) X-ray Photoelectron Spectroscopy Instrument System
- In accordance with all Government minimum requirements for this specific instrument outlined in the Salient Characteristics attached.
-
(vi) Description of requirements: SEE ATTACHED DOCUMENT TITLED “SALIENT CHARACTERISTICS”.
(vii) Delivery is required by no later than one (1 ) year after contract award (ACA). Delivery shall be made to Logistics Warehouse, Building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at Logistics Warehouse, Building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005. The FOB point is Destination.
(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:
In accordance with Federal Acquisition Regulation (FAR) 13.106-2(b)(3), the Government will employ comparative evaluation procedures to assess all quotations received in response to this solicitation. Under this method, the Government will evaluate each quotation in relation to the others based on the stated evaluation factors, rather than against a predetermined set of standards.
A comparative evaluation entails an item-by-item assessment of each offer against competing quotations to determine which vendor provides the best overall value to the Government. The Government intends to make award to the vendor whose quotation is determined to be the most advantageous, considering technical capability, past performance, and price.
While award may be made to the lowest-priced vendor that meets the Government’s minimum requirements, the Government reserves the right to make award to a higher-priced vendor if their quotation exceeds minimum requirements and is determined to offer the best overall value.
To be eligible for award, a vendor’s quotation must meet all minimum technical requirements specified in this solicitation.
The following evaluation factors will be considered in the selection process (presented in no order of precedence):
Technical Capability
Past Performance
Price
The Government may consider the benefits of enhanced capabilities or performance features offered beyond the minimum requirements, and may make trade-offs between price and non-price factors as appropriate in determining the most advantageous offer.
(x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), 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:
FAR:
- 52.203-6: RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT – ALTERNATE 1 (NOV 2021)
- 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 OF CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
- 52.204-27: PROHIBITION ON A BYTEDANCE COVERED APPLICATION (JUN 2023)
- 52.209-7: INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018)*
- 52.209-9: UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018)
- 52.209-10: PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (NOV 2015)
- 52.219-8: UTILIZATION OF SMALL BUSINESS CONCERNS (JAN 2025)
- 52.222-3: CONVICT LABOR (JUN 2003)
- 52.222-19: CHILD LABOR – COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2025)
- 52.222-20: CONTRACTS FOR MATERIALS, SUPPLIES, ATRICLES, AND EQUIPMENT EXCEEDING $15,000 (JUN 2020)
- 52.222-35: EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)
- 52.222-36: EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITES (JUN 2020)
- 52.222-37: EMPLOYMENT REPORTS ON VETERANS (JUN 2020)
- 52.222-40: NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010)
- 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)
- 52.232-39: UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)
- 52.232-40: PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRATORS (MAR 2023)
- 52.233-3: PROTEST AFTER AWARD (AUG 1996)
- 52.233-4: APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004)
-
DFARS:
- 52.203-7005: REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEPT 2022)*
- 252.204-7015: NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (JAN 2023)
- 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 (DEC 2019)*
- 252.204-7018: PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2023)
- 252.204-7024: NOTICE ON THE USE OF THE SUPPLIER PERFORMANCE RISK SYSTEM (MAR 2023)*
- 252.233-7008: 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 MILTARY COMPANIES (DEC 2018)
- 252-225-7012: PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (APR 2022)
- 252.225-7048: EXPORT – CONTROLLED ITEMS (JUN 2013)
- 252.225-7052: RESTRICTION ON THE ACQUISITION OF CERTAIN MAGNETS AND TUNGSTEN (MAY 2024)
- 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)
- 252.232-7010: LEVIES ON CONTRACT PAYMENTS (DEC 2006)
- 252.244-7000: SUBCONTRACTS FOR COMMERCIAL PRODUCTS OR COMMERCIAL SERVICES (NOV 2023)
- 252.247-7023: TRANSPORATION OF SUPPLIES BY SEA – BASIC (OCT 2024)
-
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):
FAR:
- 52.204-7: SYSTEM FOR AWARD MANAGEMENT (NOV 2024)*
- 52.204-13: SYSTEM FOR AWARD MANAGEMENT MAINTENANCE
- 52.204-16: COMMERCIAL AND GOVERNEMTN ENTITY CODE REPORTING (AUG 2020)*
- 52.204-17: OWNERSHIP OR CONTROL OF OFFEROR (AUG 2020)*
- 52.204-18: COMMERICAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)
- 52.204-19: INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)
- 52.204-20: PREDECESSOR OF OFFEROR (AUG 2020)*
- 52.204-24: REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)*
- 52.204-26: COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES – REPRESENTATION (OCT 2020)*
- 52.247-34: F.O.B DESTINATION (JAN 1991)
-
DFARS:
- 52.203-7000: REQUIREMENTS RELATING TO COMPENSATION OF FORMER DoD OFFICIALS (SEP 2011)
- 252.203-7002: REQUIREMENTS TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (DEC 2022)
- 252.204-7003: CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)
- 252.215-7008: ONLY ONE OFFER (DEC 2022)*
-
FULL TEXT:
- 52.252-2: CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
- 252.211-7003: ITEM IDENTIFICATION AND VALUATION (JAN 2023)
- 252.232-7006: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)
-
LOCAL PROVISION:
- EXCEPTIONS OR CONDITIONS CONTAINED IN OFFEROR’S PROPOSAL
- AWARD OF CONTRACT
- ADELPHI CONTRACTING DIVISION WEBSITE
- FOREIGN NATIONALS PERFORMING
- PAYMENT TERMS
-
LOCAL CLAUSES:
- ACC-APG POINT OF CONTACT
- TECHNICAL POINT OF CONTACT
- CONTRACTING OFFICER REPRESENTATIVE (COR)
- TYPE OF CONTRACT
- ARL/ALC/GARRISON NON-PERSONAL SERVICES
- ANTI-TERRORISM (AT) – OPERATIONAL SECURITY (OPSEC) REQUIREMENTS
- DISTRIBUTION STATEMENT A
- GOVERNMENT INSPECTION AND ACCEPTANCE
- TAX EXEMPTION CERTIFICATE (ARL)
- RECEIVING ROOM REQUIREMENT – ALTERNATE I (ARL)
- SUPERVISION OF EMPLOYEES
- WORK HOURS
- GOVERNMENT CONTRACTOR RELATIONS
-
(xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A.
(xv) The following notes apply to this announcement: In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition.
(xvi) Offers are due fifteen (15) days from posting, by 2:00pm Eastern Standard Time (EST), via email to karen.s.millner.ctr@army.mil
(xvii) For information regarding this solicitation, please contact Karen Millner, Acquisition Specialist, at karen.s.millner.ctr@army.mil
- PAYMENT TERMS
LOCAL CLAUSES:
- ACC-APG POINT OF CONTACT
- TECHNICAL POINT OF CONTACT
- CONTRACTING OFFICER REPRESENTATIVE (COR)
- TYPE OF CONTRACT
- ARL/ALC/GARRISON NON-PERSONAL SERVICES
- ANTI-TERRORISM (AT) – OPERATIONAL SECURITY (OPSEC) REQUIREMENTS
- DISTRIBUTION STATEMENT A
- GOVERNMENT INSPECTION AND ACCEPTANCE
- TAX EXEMPTION CERTIFICATE (ARL)
- RECEIVING ROOM REQUIREMENT – ALTERNATE I (ARL)
- SUPERVISION OF EMPLOYEES
- WORK HOURS
- GOVERNMENT CONTRACTOR RELATIONS
(xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A.
(xv) The following notes apply to this announcement: In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition.
(xvi) Offers are due fifteen (15) days from posting, by 2:00pm Eastern Standard Time (EST), via email to karen.s.millner.ctr@army.mil
(xvii) For information regarding this solicitation, please contact Karen Millner, Acquisition Specialist, at karen.s.millner.ctr@army.mil