1. Class Code: 66
2. NAICS Code: 334516
3. Subject: One (1) Versatile High Impact Energy Drop Tower to be delivered to Aberdeen Proving Ground (APG) Maryland
4. Solicitation Number: W911QX-24-Q-0120
5. Set-Aside Code: Not Applicable (N/A)
6. Response Date: Offers are due ten (10) days after date of posting
7. Place of Delivery/Performance:
U.S. Army Research Laboratory
Aberdeen Proving Ground (APG)
Maryland
21005
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-24-Q-120. This acquisition is issued as an Request for Quote (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-04 effective 01 May 2024.
(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: One (1) Versatile High Impact Energy Drop Tower
CLIN 0002: Installation at Aberdeen Proving Ground (APG) not to exceed five (5) days
CLIN 0003: Shipping FOB Destination to APG
CLIN 0004: On site training
CLIN 0005: One (1) year warranty and one (1) year calibration.
(vi) Description of requirements:
*See attached document titled “Salient Characteristics”*
(vii) Delivery is required no later than three (3) months 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: See attached document titled “Evaluation Criteria”.
(x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. None.
(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 I
52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
52.203-12, Limitation on Payments to Influence Certain Federal Transactions
52.204-7, System for Award Management
52.204-9, Personal Identity Verification of Contractor Personnel
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13, System for Award Management Maintenance
52.204-16, Commercial and Government Entity Code Reporting
52.204-17, Ownership or Control of Offeror
52.204-18, Commercial and Government Entity Code Maintenance
52.204-20, Predecessor of Offeror
52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-27, Prohibition on a ByteDance Covered Application
52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
52.222-3, Convict Labor
52.222-19, Child Labor-Cooperation with Authorities and Remedies
52.222-20, Contracts for Materials, Supplies, Articles, and Equipment
52.222-21, Prohibition of Segregated Facilities
52.222-22, Previous Contracts and Compliance Reports
52.222-26, Equal Opportunity
52.222-35, Equal Opportunity for Veterans
52.222-36, Equal Opportunity for Workers with Disabilities
52.222-37, Employment Reports on Veterans
52.222-40, Notification of Employee Rights Under the National Labor Relations Act
52.222-50, Combating Trafficking in Persons
52.222-54, Employment Eligibility Verification
52.225-13, Restrictions on Certain Foreign Purchases
52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-33, Payment by Electronic Funds Transfer—System for Award Management
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.233-3, Protest after Award
52.233-4, Applicable Law for Breach of Contract Claim
DFARS:
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.204-7003, Control of Government Personnel Work Product
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
252.204-7016, Covered Defense Telecommunications Equipment or Services—Representation
252.204-7024, Notice on the use of the Supplier Performance Risk System
252.215-7007, Notice of Intent to Resolicit
252.215-7008, Only One Offer
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7000, Buy American--Balance of Payments Program Certificate—Basic
252.225-7001, Buy American and Balance of Payments Program—Basic
252.225-7007, Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies
252.225-7031, Secondary Arab Boycott of Israel
252.225-7052, Restriction on the Acquisition of Certain Magnets and Tungsten
252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7010, Levies on Contract Payments
252.244-7000, Subcontracts for Commercial Products or Commercial Services
252.247-7023, Transportation of Supplies by Sea—Basic
(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):
Adelphi Provisions and Clauses Full-Text Attachment
ACC - APG POINT OF CONTACT
TECHNICAL POINT OF CONTACT
TYPE OF CONTRACT
DISTRIBUTION STATEMENT A
GOV INSPECTION AND ACCEPTANCE
TAX EXEMPTION CERT. (ARL)
PAYMENT INSTRUCTIONS
RECEIVING ROOM – APG
SUPERVISION OF EMPLOYEES
WORK HOURS
ID OF CONTRACTOR EMPLOYEES
GOV’T-CONTRACTOR RELATIONSHIPS
EXCEPTIONS IN PROPOSAL
AWARD OF CONTRACT
ADELPHI CONTR. DIVISION URL
PAYMENT TERMS
FAR:
52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-25, Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment
52.204-26, Covered Telecommunications Equipment or Services—Representation
52.252-1, Solicitation Provisions Incorparated by Reference
52.252-2, Clauses Incorporated by Reference
DFARS:
252.211-7003, Item Unique Identification and Valuation
252.232-7006, Wide Area WorkFlow Payment Instructions
(xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as Not Applicable (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 ten (10) days after date of posting, by 11:59am Eastern Standard Time (EST), at Zachary.a.dowling2.civ@army.mil.
(xvii) For information regarding this solicitation, please contact Zachary Dowling (Zachary.a.dowling2.civ@army.mil.