COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS
1. Class Code: 66
2. NAICS Code: 334515
3. Subject: Combination Synopsis/Solicitation for One (1) Digital Phase Noise Analyzer
4. Solicitation Number: W911QX-23-Q-0063
5. Set-Aside Code: N/A
6. Response Date: 04/27/2023
7. Place of Delivery/Performance:
U.S. Army Research Laboratory
2800 Powder Mill Road
Adelphi, MD 20783
8.
(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 W911QX-23-Q-0063. This acquisition is issued as a Request for Quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02 (Effective March 16, 2023).
(iv) The associated NAICS code is 334515. The small business size standard is 750 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):
Contract Line Item Number (CLIN) 0001: One (1) Digital Phase Noise Analyzer, including all shipping and handling charges.
(vi) Description of requirements: See attached Salient Characteristics document for detailed description of requirements.
(vii) Delivery is required by August 31, 2023. Delivery shall be made to the United States Army Research Laboratory, 2800 Powder Mill Road, Adelphi, MD 20783. Acceptance shall be performed at the United States Army Research Laboratory, 2800 Powder Mill Road, Adelphi, MD 20783. 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:
Evaluation Criteria
(Comparative Evaluation)
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 performed to determine which offer provides the most benefit to the Government. Award will be made to the offer that is most advantageous to the Government. The Government may award to 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):
Price
Technical Capabilities/Specification
Delivery Schedule
(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:
52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018)
52.209-6, PROTECTING THE GOVERNMENT’ INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021)
52.219-4, NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (SEP 2021)
52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021)
52.222-3, CONVICT LABOR (JUN 2003)
52.222-19 DEVIATION 2020-O0019, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022) (DEVIATION 2020-O0019)
52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015)
52.222-26, EQUAL OPPORTUNITY (SEP 2016)
52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)
52.222-50, COMBATING TRAFFICKING IN PERSONS (NOV 2021)
52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)
52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)
52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION (OCT 2018)
52.232-36, PAYMENT BY THIRD PARTY (MAY 2014)
DFARS:
252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)
252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016)
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 2021)
252.213-7000, NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PEFORMANCE INFORMATION RETRIEVAL SYSTEM—STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (MAR 2018)
252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013)
252.225-7000, BUY AMERICAN STATUTE—BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014)
252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2017)
252.225-7974 DEVIATION 2020-O0005, REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (FEB 2020)
252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006)
252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013)
252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019)
(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/DFARS Clauses:
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, INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)
52.204-20, PREDECESSOR OF OFFEROR (AUG 2020)
52.232-39, UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)
52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (NOV 2021)
52.247-34, F.O.B. DESTINATION (NOV 1991)
252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)
252.203-7002, REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013)
252.204-7000, DISCLOSURE OF INFORMATION (OCT 2016)
252.204-7003, CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)
252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)
252.232-7017, ACCELERATING PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS—PROHIBITION ON FEES AND CONSIDERATION (APR 2020)
252.243-7001, PRICING OF CONTRACT MODIFICATIONS (DEC 1991)
FAR/DFARS FILL-IN/FULL TEXT CLAUSES:
52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
52.204-25, PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
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)
252.211-7003, ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)
252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)
LOCAL CLAUSES:
ACC - APG POINT OF CONTACT
TECHNICAL POINT OF CONTACT
TYPE OF CONTRACT
GOV INSPECTION AND ACCEPTANCE
PAYMENT OFFICE (BANKCARD)
TAX EXEMPTION CERT. (ARL)
RECEIVING ROOM – ALC
EXCEPTIONS IN PROPOSAL
AWARD OF CONTRACT
ADELPHI CONTR. DIVISION URL
FOREIGN NATIONALS PERFORMING
PAYMENT TERMS
(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 on 04/27/2023, by 3:00pm Eastern Time, to the following email address: benjamin.l.krein.civ@army.mil
(xvii) For information regarding this solicitation, please contact Benjamin Krein, at benjamin.l.krein.civ@army.mil