(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.
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 EMKA Technologies, 21515 Ridgetop Cir, Suite 220, Sterling, VA 20166-6576 or all authorized sellers of the EMKA Technologies ecgTUNNEL systems. 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.
(ii) The solicitation number is W911QX25QA055. This acquisition is issued as an Request For Quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04.
(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):
- CLIN0001: Quantity (Qty) one (1) ecgTUNNEL Complete System Solution for rats, North America to include:
- Qty two (2) ecgTUNNEL rat pack
- Qty two (2) ecgTUNNEL rat plethysmograph dome
- Qty two (2) vivoFLOW® bias flow pump for rats package, North America
- Qty two (2) differential air pressure sensor (amplified version providing higher resolution) to monitor ecgTUNNEL plethysmograph (cable length 40cm)
- Qty one (1) IOX Acquisition Software (32)
- Qty one (1) ecgAUTO software package for full ecg analysis
- Qty one (1) ecgAUTO module: variability analysis module
- Qty one (1) ecgAUTO module: respiratory flow analyzer
- Qty one (1) premium care service for ecgTUNNEL with Dome – one (1) year
- To include shipping costs, with shipping terms FOB Destination.
(vi) Description of requirements: SEE ATTACHED DOCUMENT TITLED “Requirements Definition” – see FAR 12.202(b)
(vii) Delivery is required by 22 October 2025. Delivery shall be made to U.S. Army Research Laboratory, 6375 Johnson Road, Building 321, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at Destination. 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) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.
(x) 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
(xi) 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:
- 52.204-10: 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’ INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021)
- 52.219-28: POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (MAR 2023)
- 52.222-3: CONVICT LABOR (JUN 2003)
- 52.222-19: CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (DEC 2022)
- 52.222-20: CONTRACTS FOR MATERIALS, SUPPLIES, ARTICLES, AND EQUIPMENT EXCEEDING $15,000 (JUN 2020)
- 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—CENTRAL CONTRACTOR REGISTRATION (OCT 2018)
- 52.232-36: PAYMENT BY THIRD PARTY (MAY 2014)
- 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)
DFARS:
- 252.203-7005: REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2022)*
- 252.204-7012: SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING. (DEVIATION 2024-O0013 REVISION 1)
- 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)*
- 252.223-7008: PROHIBITION OF HEXAVALENT CHROMIUM (JAN 2023)
- 252.225-7001: BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM (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 IN 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 ITEMS (JAN 2023)
- 252.246-7008: SOURCES OF ELECTRONIC PARTS (JAN 2023)
- 252.247-7023: TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)
*Indicates a Provision
(xii) 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 (OCT 2018)*
- 52.204-13: SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)
- 52.204-16: COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (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)*
- 52.204-24: REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICE OR EQUIPMENT (NOV 2021)*
- 52.204-26: COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES – REPRESENTATION (OCT 2020)*
- 52.209-10: PROHIBITION ON CONTACTING WITH INVERTED DOMESTIC CORPORATIONS (NOV 2015)
- 52.232-39: UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)
- 52.247-34: F.O.B. DESTINATION (NOV 1991)
*Indicates a Provision
DFAR:
- 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)
- 252.204-7003: CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)
- 252.232-7003: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018)
- 252.243-7001: PRICING OF CONTRACT MODIFICATIONS (DEC 1991)
FULL TEXT:
- 52.252-2: CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
- 52.204-29: FEDERAL ACQUISITION SUPPLY CHAIN SECURITY ACT ORDERS – REPRESENTATION AND DISCLOSURES (DEC 2023)*
- 252.211-7003: ITEM IDENTIFICATION AND VALUATION (JAN 2023)
- 252.232-7006: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)
LOCAL PROVISION:
- SOLICIT ONLY ONE SOURCE
- EXCEPTIONS IN PROPOSAL
- AWARD OF CONTRACT
- BRAND NAME OR EQUAL
- ADELPHI CONTR. DIVISION URL
- FOREIGN NATIONALS PEFORMING
- PAYMENT TERMS
LOCAL CLAUSES:
- ACC - APG POINT OF CONTACT
- TECHNICAL POINT OF CONTACT
- INTENT TO SOLICIT ONLY ONE SOURCE
- TYPE OF CONTRACT
- GOV INSPECTION AND ACCEPTANCE
- TAX EXEMPTION CERT. (ARL)
- RECEIVING ROOM REQUIREMENTS – ALTERNATIVE I (APG)
(xiii) 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.
(xiv) Offers are due on Five (5) business days from posting, by 2:00pm Eastern Standard Time (EST), via email to karen.s.millner.ctr@army.mil.
(xvi) For information regarding this solicitation, please contact Karen Millner, Acquisition Specialist, at karen.s.millner.ctr@army.mil