COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS
1. Classification Code: 7125
2. NAICS Code: 339113 – Surgical Appliance and Supplies Manufacturing
3. Subject: TWO (2) BIOLOGICAL SAFETY CABINET
4. Solicitation Number: W911QX-25-Q-A059
5. Set-Aside Code: N/A
6. Response Date: Five (5) Business Days After Posting due via email to the Primary Point of Contact listed in the SAM.gov webpage for this combined synopsis-solicitation.
7. Place of Delivery/Performance:
Adelphi Lab Center (ALC)
Army Research Laboratory (ARL)
2800 Powder Mill Road
Adelphi, MD 20783.
8. 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.
The solicitation number is W911QX-25-Q-A059. 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 2025-05, effective 07 August 2025.
For purposes of this acquisition, the associated NAICS code is 339113. The small business size standard is 800 Employees.
Contract Line Item (CLIN) Structure: The following is a list of contracts line-item number(s) and items, quantities and units of measure, (including option(s), if applicable):
CLIN 0001 – Two (2) Biological Safety Cabinet
• In accordance with all Government minimum requirements for this specific biological safety cabinet outlined in the Salient Characteristics
Specifications/Requirement: SEE ATTACHED DOCUMENT TITLED “SALIENT CHARACTERISTICS”
Delivery: Delivery is required no later than (NLT) two (2) months after contract award (ACA). Delivery shall be made to Adelphi Laboratory Center, 2800 Powder Road, Adelphi. MD 20783. Acceptance shall be performed at 2800 Powder Road, Adelphi. MD 20783. The FOB point is Destination.
Clauses:
I. The provision at FAR 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE
II. Evaluation Criteria - The specific evaluation criteria to be used are as follows:
In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be made to determine which offer provides the most benefit to the Government. Awards will be made to the offer that is most advantageous to the Government. The Government may award the lowest priced offeror that meets the Government’s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government’s minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance):
Technical
Past Performance
Price
III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with their offer.
IV. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda has been attached to this clause: NONE
V. The clause at FAR 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 CLAUSES
52.203-6 Restrictions on Subcontractor Sales to the Government--Alternate I (NOV 2021)
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020)
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)
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021)
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)
52.219-4 Notice of Price Evaluation Preference for HubZone Small Business Concerns (OCT 2022)
52.219-28 Post-Award Small Business Program Representation (FEB 2024)
52.222-3 Convict Labor (JUN 2003)
52.222-19 Child Labor—Cooperation with Authorities and Remedies (FEB 2024)
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 CLAUSES
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)
252.204-7008 Compliance with Safeguarding Covered Defense Information
Controls (OCT 2016)
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (MAY 2024)
252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation (DEC 2019)
252.204-7017 Prohibition on the Acquisition 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)
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2023)
252.204-7020 NIST SP 800-171 DoD Assessment Requirements (NOV 2023)
252.204-7022, Expediting Contract Closeout (MAY 2021)
252.204-7024 Notice on the use of the Supplier Performance Risk System (MAR 2023)
252.205-7000, Provision of Information to Cooperative Agreement Holders (OCT 2024)
252.215-7007 Notice of Intent to Resolicit (JUN 2012)
252.223-7008 Prohibition of Hexavalent Chromium (JAN 2023)
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)
252.225-7012 Preference for Certain Domestic Commodities (APR 2022)
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)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)
252.232-7010 Levies on Contract Payments (DEC 2006)
252.244-7000 Subcontracts for Commercial Products or Commercial Services (NOV 2023)
252.246-7008 Sources of Electronic Parts (JAN 2023)
252.247-7023 Transportation of Supplies by Sea—Basic (JAN 2023)
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 ATTACHMENT (FOR COMBO SYNOPSIS-SOLICITATION)” document):
FAR CLAUSES
52.203-3 Gratuities (APR 1984)
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, Incorporation by Reference of Representations and Certifications (DEC 2014)
52.204-20, Predecessor of Offeror (AUG 2020)
52.204-22, Alternative Line Item Proposal (JAN 2017)
52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016)
52.219-1, Small Business Program Representations (FEB 2024)
52.222-20, Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 (JUN 2020)
52.211-17, Delivery of Excess Quantities (SEP 1989)
52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation (DEC 2016)
52.223-23, Sustainable Products and Services (MAY 2024)
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications JUN 2020
52.227-1 Authorization and Consent (JUN 2020)
52.232-1, Payments (APR 1984)
52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)
52.247-34, F.o.b. Destination JAN 1991
DFARS CLAUSES
252.204-7000 Disclosure of Information (OCT 2016)
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)
252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors (JAN 2023)
252.225-7048, Export-Controlled Items (JUN 2013)
252.243-7001, Pricing of Contract Modifications (DEC 1991)
FAR/DFAS CLAUSES (FULL TEXT)
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
• Offerors shall include a completed copy of the provision at FAR 52.204-24 with their offer.
52.204-26, Covered Telecommunications Equipment or Services—Representation (OCT 2020)
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
52.252-2 Clauses Incorporated by Reference (FEB 1998)
52.252-5 Authorized Deviations in Provisions (NOV 2020)
52.252-6 Authorized Deviations in Clauses (NOV 2020)
252.211-7003 Item Unique Identification and Valuation (JAN 2023)
252.232-7006 Wide Area Workflow Payment Instructions (JAN 2023)
LOCAL CLAUSES (FULL TEXT)
ACC - APG POINT OF CONTACT
TECHNICAL POINT OF CONTACT
TYPE OF CONTRACT
GOV INSPECTION AND ACCEPTANCE
TAX EXEMPTION CERT. (ARL)
PAYMENT INSTRUCTIONS
RECEIVING ROOM – ALC
APPLICABLE FOREIGN ACQUISITION PROVISIONS AND CLAUSES
EXCEPTIONS IN PROPOSAL
AWARD OF CONTRACT
ADELPHI CONTR. DIVISION URL
FOREIGN NATIONALS PERFORMING
PAYMENT TERMS
VII. The following notes apply to this announcement: The Government is contemplating a Commercial, Firm Fixed Price (FFP) Contract type for this requirement under FAR Part 13 Simplified Acquisition Procedures (SAP). IN accordance with FAR 32.003, contract financing cannot be provided for this acquisition.
Offers are due on five (5) business days after posting, by 04:49 PM Eastern Time (ET), via email Contract Specialist Crystal Demby, Crystal.l.demby.civ@army.mil.
For information regarding this solicitation, please contact Crystal Demby, Crystal.l.demby.civ@army.mil; (520) 672-9611.
Place of Performance: Army Research Laboratory (ARL), 2800 Powder Mill Road, Adelphi, MD 20783.
Set Aside: N/A