- 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.
NOTICE: INTENT TO SOLICIT ONLY ONE SOURCE (MANUFACTURER)
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 Clark-MXR, Inc. (CAGE: 0SXV4, Small Business) located at 7300 W. Huron River Drive, Dexter MI 48130. 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). W911QX25QA0024
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 Effective date 17 Jan 2025.
For purposes of this acquisition, the associated NAICS code is 811210. The small business size standard is $34,000,000.00.
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):
Contract Line Item Number (CLIN) 0001: One (1) job, maintenance service for One (1) Chirped Pulse Amplification (CPA)-2110 compact ultra-short pulse laser.
CLIN 0002: Option Year 1: One (1) job, maintenance service for One (1) Chirped Pulse Amplification (CPA)-2110 compact ultra-short pulse laser.
CLIN 0003: Option Year 2: One (1) job, maintenance service for One (1) Chirped Pulse Amplification (CPA)-2110 compact ultra-short pulse laser.
Specifications/Requirement: To provide Original Manufacture Equipment (OEM) routine preventative maintenance service and repair services to a Clark-MXR Chirped Pulse Amplification 2110 Compact Ultra Short Pulse laser. SEE ATTACHED DOCUMENT TITLED Performance Work Statement
Delivery:Delivery is a period of performance with one (1) twelve-month base year and two (2) twelve-month option periods each (See paragraph (v) for CLIN structure). Performance shall be made to U.S. Army Research Laboratory (ARL), Aberdeen Proving Ground, 6375 Johnson Road, Building 321, Aberdeen, MD 21005.
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 –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.
- 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:
FAR:
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017
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 Entities NOV 2021
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
52.213-2 Invoices April 1984
52.219-28, Post-Award Small Business Program Representation MAR 2023
52.222-3, Convict Labor-Cooperation with Authorities and Remedies JUN 2003
52.222-19, Child Labor-Cooperation With Authorities And Remedies FEB 2024
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
52.204-7, 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
52.204-17, 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
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications JUN 2020
52.245-1, Government Property SEP 2021
52.247-34, F.o.b. Destination JAN 1991
DFARS:
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support JAN 2023
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 MAY 2021
252.204-7019, Notice Of NIST SP 800-171 Dod Assessment Requirements (NOV 2023)
252.223-7008, Prohibition of Hexavalent Chromium JAN 2023
252.225-7000, Buy American Statute—Balance of Payments Program Certificate FEB 2024
252.225-7001, Buy American Act 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
252.232-7010, Levies on Contract Payment DEC 2006
252.244-7000, Subcontractors for Commercial Products or Commercial Services NOV 2023
252.246-7008, Sources of Electrical Parts JAN 2023
252.247-7023, Transportation of Supplies by Sea OCT 2024
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
252.204-7000, Disclosure of Information OCT 2016
252.204-7003, Control of Government Personnel Work Product APR 1992
252.225-7048, Export-Controlled Items JUN 2013
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DEC 2018
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls OCT 2016
252.243-7001, Pricing Of Contract Modifications DEC 1991
- 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):
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)
52.204-27, Prohibition On A Bytedance Covered Application JUN 2023
52.252-1, Provisions Incorporated by Reference (Feb 1998)
52.252-2, Clauses Incorporated by Reference (Feb 1998)
252.211-7003, Item Unique Identification and Valuation (Jan 2023)
252.232-7006, Wide Area Workflow Payment Instructions (Jan 2023)
LOCAL INSTRUCTIONS:
ACC-APG POINT OF CONTACT
TECHNICAL POINT OF CONTACT
INTENT TO SOLICIT ONLY ONE SOURCE
TYPE OF CONTRACT
NON-PERSONAL SERVICES
DISTRIBUTION STATEMENT A
GOVERNMENT INSPECTION AND ACCEPTANCE
EXERCISE OF OPTION
TAX EXEMPTION CERT. (ARL)
SUPERVISION OF EMPLOYEES
WORK HOURS
RECEIVING ROOM – APG
EXCEPTIONS IN PROPOSAL
ADELPHI CONTRACTING DIVISION WEBSITE
FOREIGN NATIONALS PERFORMING
PAYMENT TERMS
- 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 32.003, contract financing cannot be provided for this acquisition.
Place of Performance: U.S. Army Research Laboratory, Aberdeen Proving Ground, MD 21005.
- Offers are due no later than five (5) days after posting date by 11:59AM Eastern Standard Time (EST) to Nicole.g.hernandez2.civ@army.mil.