Combination Solicitation and Synopsis For Commercial Purchases Under Simplified acquisitions Threshold (SAT)
- Solicitation Number: W911QX-24-Q-0048
- Title: Quantity of two (2) Ghost Robotics Vision 60 (V60) Quadrupedal Unmanned Ground Vehicles
- Classification Code: 6665 - Hazardous Detection Equipment
- NAICS Code: 334511
- Response Date: Five (5) days after date of posting due via email to the Primary Point of Contact listed in the SAM.gov webpage for this combined synopsis-solicitation.
- Description:
- Quantity of two (2) Ghost Robotics Vision 60 (V60) Quadrupedal Unmanned Ground Vehicles (SKU: VS60-R5300)
- One (1) year of software updates, full hardware coverage, priority maintenance, and preventative maintenance for the two (2) V60 robots (SKU: MC-VS60Y01)
- Quantity of two (2) 1250 Watt-hour (Wh) Standard Battery (SKU: SPR-VS60BAT-R5000)
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.
NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED:
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 is Ghost Robotics Corporation, 3401 Grays Ferry Avenue Building 200, Suite 200 Philadelphia, Pennsylvania, 19146-2701. CAGE CODE: 7LHP2. 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.
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 2023-06 Effective Date 12/04/2023.
For purposes of this acquisition, the associated NAICS code is 334511. The small business size standard is 1,350 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 001: Quantity of two (2) Ghost Robotics Vision 60 (V60) Quadrupedal Unmanned Ground Vehicles (SKU: VS60-R5300).
CLIN 0002: One (1) year of software updates, full hardware coverage, priority maintenance, and preventative maintenance for the two (2) V60 robots (SKU: MC-VS60Y01).
CLIN 0003: Quantity of two (2) 1250 Watt-hour (Wh) Standard Battery (SKU: SPR-VS60BAT-R5000)
Specifications/Requirement: N/A
Delivery: Delivery is required before March 3, 2024. Delivery shall be made to US Army Research Lab 2 Halls Cross Roads Aberdeen, MD 21005. Acceptance shall be performed at US Army Research Lab 2 Halls Cross Roads Aberdeen, MD 2100. The FOB point is US Army Research Lab 2 Halls Cross Roads Aberdeen, MD 2100.
Clauses:
- The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. The following addenda have been attached to this provision:
In addition to the requirements set for the 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.
- Evaluation Criteria - The specific evaluation criteria to be used are as follows: N/A
- Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. N/A
- 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 N/A.
- 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:
FARS:
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.222-19, Child Labor—Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Equal Opportunity for Workers with Disabilities
52.222-50, Combating Trafficking in Persons
52.222-54, Employment Eligibility Verification
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)
52.232-33, Payment by Electronic Funds Transfer—System for Award Management
52.232-30, Installment Payments for Commercial Products and Commercial Services
52.232-36; PAYMENT BY THIRD PARTY (MAY 2014)
52.232-39; Unenforceability of Unauthorized Obligations (JUN
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
DFARS:
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7008; COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016)
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
252.204-7016, Covered Defense Telecommunications Equipment or Services--Representation
252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation
252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.204-7019; NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020)
252.204-7020; NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020)
252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013)
252.225-7000, Buy American--Balance of Payments Program Certificate--Basic 252.225-7001, Buy American and Balance of Payments Program—Basic
252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND
RECEIVING REPORTS (JUN 2012)
252.232-7010, Levies on Contract Payments
252.239-7009; REPRESENTATION OF USE OF CLOUD COMPUTING (SEP 2015)
252.239-7010; CLOUD COMPUTING SERVICES (OCT 2016)
252.244-7000, Subcontracts for Commercial Products or Commercial Services
The following additional contract requirement(s) or terms and conditions apply after the DFARS section to add the following remaining clauses:
FARS:
52.204-7, System for Award Management
52.204-13, System for Award Management Maintenance
52.204-27; PROHIBITION ON A BYTEDANCE COVERED APPLICATION (Jun 2023)
52.212-5; CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2022)
DFARS:
52.204-16, Commercial and Government Entity Code Reporting
52.204-18, Commercial and Government Entity Code Maintenance
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
52.204-27, Prohibition on a Byte Dance Covered Application
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.225-7007, Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.211-7003, Item Unique Identification and Valuation
252.232-7006, Wide Area Work Flow Payment Instructions
- 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):
APG POINT OF CONTACT
TECHNICAL POINT OF CONTACT
INTENT TO SOLICIT ONLY ONE SOURCE
TYPE OF CONTRACT
GOVERNMENT INSPECTION AND ACCEPTANCE
PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED
TAX EXEMPTION CERTIFICATE
PAYMENT INSTRUCTIONS
RECEIVING ROOM REQUIREMENTS - ALTERNATE I
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE
52.252-2 CLAUSES INCORPORATED BY REFERENCE
252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)
52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2020)
52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEC 2022)
52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2020)
52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES – REPRESENTATION (DEC 2019)
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS
AWARD OF CONTRACT
ADELPHI CONTR. DIVISION URL
FOREIGN NATIONALS PERFORMING
PAYMENT TERMS
COMMERCIAL ACQUISITION PROVISIONS & CLAUSES
- This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A
- The following notes apply to this announcement:
- In accordance with FAR 31.003 contracting financing cannot be provided for this acquisition
Place of Performance: Army Research Lab
Set Aside: N/A