NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED:
THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE COMPETITIVE IN TERMS OF MARKET PRICES, QUALITY, AND DELIVERY. IF ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING OFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE FIRST, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET.
The solicitation number is W911QX25Q0107. This acquisition is issued as a request for quotation (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05, effective 7 August 2025.
The associated NAICS code is 334516. The small business size standard is 1,000 employees.
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) inverted fluorescence microscope/cell imager shall be able to accommodate at least three (3) filter cubes and come with filter cubes capable of imaging GFP, DAPI, and mCherry to be shipped via FOB Destination to Adelphi, Maryland.
CLIN 0002: One (1) inverted fluorescence microscope/cell imager shall be able to accommodate at least three (3) filter cubes and come with filter cubes capable of imaging Acridine Orange, Propidium Iodide, and DAPI to be shipped FOB Destination to DEVCOM ARL 8938 N Kings Creek Rd Building E3150 Gunpowder, MD 21010.
Description of requirements:
- Shall be able to image brightfield, phase contrast, and at least four (4) fluorescence channels.
- Shall be able to accommodate at least four (4) different objectives and include objectives for 5X, 10X, 20X, and 40X magnification.
- Shall include a color camera.
- Shall include the required touchscreen or tablet with installed software required for taking images.
- Shall have a mechanical stage and any applicable adapters to accommodate petri dishes, 6-well plates, and microscope slides.
- One (1) inverted fluorescence microscope/cell imager shall be able to accommodate at least three (3) filter cubes and come with filter cubes capable of imaging Acridine Orange, Propidium Iodide, and DAPI. (to be shipped to ALC Adelphi Maryland)
- One (1) inverted fluorescence microscope/cell imager shall be able to accommodate at least three (3) filter cubes and come with filter cubes capable of imaging GFP, DAPI, and mCherry (to be shipped to DEVCOM ARL Gunpowder, MD)
Delivery: Delivery required no later than six (6) weeks after award (ACA). Delivery is located at Army Laboratory Center at 2800 Powder Mill Road, Adelphi, Maryland and DEVCOM ARL 8938 N Kings Creek Rd Building E3150 Gunpowder, MD 21010. Acceptance shall be preformed at Army Laboratory Center, 2800 Powder Mill Road Adelphi, Maryland and DEVCOM ARL 8938 N Kings Creek Rd Building E3150 Gunpowder, MD 21010. FOB is Destination.
Clauses:
- The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE
- 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 - The specific evaluation criteria to be used are as follows:
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:
Price will be evaluated based on the total proposed price, including options, (if any). The Government reserves the right and discretion to perform price realism analysis on any offer that appears to be so low as to pose a risk to the Government in understanding the requirements of the solicitation.
Technical Capabilities/Specification:
The technical acceptability element of the evaluation will be a determination as to whether the proposed product/service meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications.
Past Performance:
Past performance will be evaluated on an acceptable/unacceptable rating basis. An “Acceptable” rating is defined as the Government having reasonable confidence that the offeror can complete all requirements under the contract and meet stated delivery dates. An “Unacceptable” rating is defined as the Government having minimal confidence that the offeror can complete all requirements under the contract and meet stated delivery dates. The ratings will be based upon past performance information submitted by past performance information the Government obtains. Only offerors rated “Acceptable” will be eligible for award.
- 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: None
- 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 Provisions:
52.204-7, SYSTEM FOR AWARD MANAGEMENT (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)
52.204-20, PREDECESSOR OF OFFEROR (AUG 2020)
52.204-22, ALTERNATIVE LINE ITEM PROPOSAL (JAN 2017)
52.211-6, BRAND NAME OR EQUAL (AUG 1999)
52.219-1, SMALL BUSINESS PROGRAM REPRESENTATIONS (FEB 2024)
52.223-22, PUBLIC DISCLOSURE OF GREENHOUSE GAS EMISSIONS AND REDUCTION GOALS-REPRESENTATION (DEC 2016)
FAR Clauses:
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 (OCT 2018)
52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)
52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)
52.204-19, INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)
52.204-23, PROHIBITION ON CONTRACTING FOR HARDWARE, SOFTWARE, AND SERVICES DEVELOPED OR PROVIDED BY KASPERSKY LAB AND OTHER COVERED ENTITIES (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)
52.209-10, PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (NOV 2015)
52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021)
52.222-3, CONVICT LABOR (JUN 2003)
52.222-19, CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (NOV 2023)
52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUN 2020)
52.222-50, COMBATING TRAFFICKING IN PERSONS (NOV 2021)
52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)
52.226-8, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (MAY 2024)
52.232-1, PAYMENTS (APR 1984)
52.232-39, UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)
52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION (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)
52.247-34, F.O.B. DESTINATION (JAN 1991)
DFARS Commercial Provisions:
252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2022)
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 (MAY 2021)
252.204-7019, NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (MAR 2022)
252.204-7024, NOTICE ON THE USE OF THE SUPPLIER PERFORMANCE RISK SYSTEM (MAR 2023)
252.215-7013, SUPPLES AND SERVICES PROVIDED BY NONTRADITIONAL DEFENSE CONTRACTORS (JAN 2023)
252.225-7000, BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE—BASIC (NOV 2014)
252.225-7055, REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (MAY 2022)
252.225-7059, PROHIBITION ON CERTAIN PROCUREMENTS FROM THE XINJIANG UYGHUR AUTONOMOUS REGION–REPRESENTATION (JUN 2023)
DFARS Commercial Clauses:
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 GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)
252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (JAN 2023)
252.204-7018, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2023)
252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013)
252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (JUN 2022)
252.225-7007, PROHIBITION ON QCQUISTION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANOES (DEC 2018)
252.225-7012, PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (APR 2022)
252.225-7013, Duty-Free Entry (JAN 2025)
252.225-7048, EXPORT CONTROLLED ITEMS (JUNE 2013)
252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006)
252.225-7056, PROHIBITION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (MAY 2022)
252.225-7060, PROHIBITION ON CERTAIN PROCUREMENTS FROM THE XINJIANG UYGHUR AUTONOMOUS REGION (JUN 2023)
252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018)
252.243-7001, PRICING OF CONTRACT MODIFICATIONS (DEC 1991)
252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (DEC 2022)
252.246-7008, SOURCES OF ELECTRONIC PARTS (JAN 2023)
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):
Adelphi Local Instructions:
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 – ALC
Receiving Room – APG
Duty-Free Entry
Exceptions in Proposal
Award of Contract
Adelphi Contr. Division URL
Foreign National Performing
Payment Terms
FAR/DFARS Full Text Provisions and Clauses:
52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.204-26, Covered Telecommunications Equipment or Services-Representation
52.252-1, Solicitation Provisions Incorporated By Reference
52.252-2, Clauses Incorporated By Reference
52.252-5, Authorized Deviations in Provisions
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 N/A.
(xv) The following notes apply to this announcement:
- Government Terms and Conditions will apply to this contract.
- In the event of a conflict between an offeror/awardee’s terms and conditions and the Government’s terms and conditions outlined in the resultant contract, the Government’s terms and conditions will take precedence and apply.
- Ensure your quote document is addressed to Contracting Officer Zachary Dowling, ACC-APG, Adelphi Contracting Division.
- Ensure your quote document states NET 30 100% Payment upon final inspection/acceptance by the Government.
- Ensure your quote document states FOB Destination.
- Ensure your quote document includes any shipping/handling/installation fees.
- Ensure your quote document includes the CAGE/UEID numbers and corresponding Tax ID number associated with the entity that would be eligible to receive an award for this Government requirement.
- Ensure your quote document includes a contact POC, phone number, and email address.
- Provide country of manufacture for items proposed in your quote document.
- Does your company accept credit card payments WITHOUT any associated charges/fees?
- NOTE: PayPal is not accepted by the Government.
- The Government is contemplating a Commercial, Firm Fixed Price (FFP) Contract type for this requirement under the FAR Part 13 Simplified Acquisition Procedures (SAP). In accordance with FAR 32.003, contract financing cannot be provided for this acquisition.
(xvi) Offers are due on no later than five (5) business days after solicitation posting, by 11:59am Eastern Standard Time (EST).