Automated Liquid Handlers

From: Federal Government(Federal)
N00173-24-Q-TL12

Basic Details

started - 08 Apr, 2024 (25 days ago)

Start Date

08 Apr, 2024 (25 days ago)
due - 08 May, 2024 (in 4 days)

Due Date

08 May, 2024 (in 4 days)
Bid Notification

Type

Bid Notification
N00173-24-Q-TL12

Identifier

N00173-24-Q-TL12
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710914)DEPT OF THE NAVY (157270)ONR (3586)ONR NRL (3093)NAVAL RESEARCH LABORATORY (3082)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMSThis is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.Solicitation number N00173-24-Q-TL12 is issued as a request for quotation (RFQ), under FAR subpart 13.5.Solicitation documents and incorporated provisions are those in effect through Federal Acquisition Circular 2024-03, DPN 20240326 and NMCARS 18-24.SECTION I: GENERAL INFORMATIONNAICS Code: 334516Size Standard: 1,000 EmployeesProduct or Service Code: 6640Contract Type: Firm Fixed-Price (FFP)All changes to this solicitation, that occur prior to the closing date, will be issued, via amendment, posted to the announcement, on Government-wide Point of Entry (beta.sam.gov). It is the
responsibility of interested vendors to monitor the announcement for amendments that may be issued to this solicitation. For changes made after the closing date, only those vendors that provide a quote will be provided any changes/amendments and considered for future discussions and/or award.Questions must be submitted to the Point of Contact, no later than seven (7) days after the Posted Date.SECTION II: REQUIREMENT INFORMATIONThe Naval Research Laboratory (NRL) has a requirement for the delivery, installation, commissioning, operator training and system verification of commercially available automated Liquid Handling Systems for automated liquid handling and laboratory processes. Both instruments must be flexible and adaptable, with the capacity to be upgraded by either the user or field service, and will fit within a designated footprint in the lab. One instrument will have liquid handling capabilities with microliter precision for setting up PCR, next generation sequencing library preps, and other enzymatic reactions, as well as an onboard thermal cycler and magnetic bead based purification capabilities. The second will have liquid handling capabilities for culturing bacteria and other microorganisms, spreading cultures onto agar plates, and picking colonies from these plates using a machine vision system. These systems are described as individual platforms, but some components must be interchangeable including deck plates, gripper fingers, thermal cyclers, incubation positions, vacuum manifold, and magnetic bead processing station. Components may be mounted on deck or below deck in both systems. Complete physical, functional, performance requirements are provided in the attachment of this solicitation.The anticipated line item structure, as follows, is based on the items outlined in the salient characteristics (Attachment 1):Item - Schedule of Supplies/Services, Quantity Unit0001 - Automated Molecular Biology System, QTY 1 lot0002 - Automated Microbial Culturing Platform, QTY 1 lot0003 - System Installation, Verification and Commissioning, QTY tbd lot0004 - Operator Training, QTY 1 lot0005 - Application Support, QTY 1 lot0006 - Maintenance – to include standard phone technical support and support for both service and troubleshooting, QTY 1 lotTOTAL PRICE $In accordance with FAR 52.204-22, alternative line items structures that best reflect the Vendor’s practices and proposed items may be submitted.NOTE: Estimated delivery, for each CLIN, shall be included as either a date or as days after receipt of order (ARO)SECTION III: DELIVERY AND OTHER REQUIREMENT INFORMATION A. Installation: Installation shall occur no later than 15 days after delivery of equipment. B. Documentation: Documentation, to include user’s manuals, etc., shall be delivered at time of delivery of equipmentDelivery Location: Receiving OfficerContract Number: TBDATTN: TBD, Code: TBDNaval Research Laboratory45555 Overlook Ave., SW, Washington, DC 20375C. Inspection / Acceptance: Inspection acceptance will be in accordance with FAR 52.212-4 unless the Contracting Officer determines other acceptance procedures to be more appropriate for the acquisition of this complex commercial item.D. FOB Point: DESTINATION: Free of expense to the Government, in accordance with FAR 52.247-34.Requirements For On-Site Contractors:For those portions of the work performed at any NRL site, the contractor must comply with the Requirements for On-Site Contractors which are hereby attached in this solicitation in Attachment 2 – Requirements for On-Site Contractors. Contractor employees shall identify themselves as contractor personnel by introducing themselves or being introduced as contractor personnel and displaying distinguishing badges or other visible identification for meetings with Government personnel. In addition, contractor personnel shall appropriately identify themselves as contractor employees in telephone conversations and in formal and informal written correspondence.SECTION IV: SUBMISSION & PROPOSAL REQUIREMENTSFAR 52.212-1, Instructions To Offerors— Commercial Products And Commercial Services (SEP 2023) - And Addenda To FAR 52.212-1 applies to this acquisition. FAR 52.212-1 has been tailored to include the following additional instructions:m) SUBMISSION: quotes shall be submitted electronically, via email, to the Point of Contact listed in this solicitation, by the Date Offers are Due identified in the General Information Section of this solicitation. Facsimile quotes are NOT authorized. A confirmation receipt will be provided, but it is the sole responsibility of the Vendor to ensure that its response is received in its entirety and in a timely manner.n) QUOTE REQUIREMENTS: Offerors shall provide a quote with their proposed products and pricing, along with product literature, for the items being offered, so that compliance with the specifications can be evaluated. Vendor shall submit documentation that confirms the proposed item(s) meet or exceeds each and all physical, functional, performance requirements and any other terms and conditions specified in this solicitation and its attachment(s). The quote shall also include:Company Information, to include Company Name, Address, Unique Entity ID (UEI) Number and Cage Code, and company Point of contact, phone number, email address and web page URL.Letter of Authorization – If providing the products/items of another manufacturer as an Authorized Reseller/Partner, the Vendor shall include some form of documentation from the manufacturer illustrating that the Vendor is an Authorized Reseller/Partner.Warranty - Vendor shall include commercial warranty description and summary in the technical quote, for ease of evaluation, and not as a separate document.If including a software product in its quote, Vendor shall provide a summary of its standard federal government software license in its technical proposal. The full software license shall be added as an attachment to the technical proposal. If the Vendor does not have a federal government software license, the Contractor shall provide a summary and copy of its commercial software license customarily provided to the publicThe Vendor shall provide a detailed explanation of (a) how the use of foreign parts will be prevented or minimized, (b) how the impact of any employed foreign parts will be mitigated, and (c) what steps will be taken to protect the system from tampering between system manufacturing and system installation.Compliance Matrix: Vendor shall include a cross reference chart to show whether the proposed solution meets each of the threshold requirements in the specifications. The chart shall also reference page and section of the technical quote.System for Award Management (SAM): Offerors must be registered in SAM (www.sam.gov in order to be considered for award. Vendor shall include a completed copy of the provision at 52.212-3, Vendor Representations and Certifications – Commercial Items, with its offer.Facility Work Requirement Sheet: Offeror shall include the facility work requirement sheet in the technical proposal. The facility work requirement sheet shall also include NRL site preparation requirements.To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."OR"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"Vendor shall list exception(s) and rationale for the exception(s).The Vendor shall agree to hold the prices in its offer firm for sixty (60) calendar days from the date specified for receipt of offers.o) This procurement is for new equipment ONLY. No remanufactured or "gray market" items are acceptable. All equipment must be covered by the manufacturer's warranty.p) Vendor shall be an Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor, or authorized reseller or partner for the proposed equipment/system, such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.q) General statements, that the vendor can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFQ's specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical quote.r) ELECTRONIC AND INFORMATION TECHNOLOGY (EIT)-In accordance with Section 508 of the Rehabilitation Act of 1973 (29 USC 794d), all EIT supplies and services provided under this contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101.s) Any inquiry regarding this solicitation shall be submitted to the Contract Specialist, TaLisa Boyd, in writing, via e-mail at TaLisaBoyd@nrl.navy.mil, no later than three (3) business days after the release date of this solicitation.t) The NRL will not authorize, allow, or entertain requests for progress payments, installment payments, or advance payments. All payments will be in accordance with FAR 52.212-4(i) Payment.- (1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract.FAR SECTION V: FAR 52.212-2 - EVALUATION - COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) applies to this acquisition.(a) The Government will award a contract resulting from this solicitation to the responsible vendor whose offer conforming to the solicitation will be most advantageous to the Government. Factors others than price shall be considered, and a Price/Technical Tradeoff analysis of both price and non-price factors will be conducted in evaluating each quote submitted. Trade-off considerations may result in the determination that it is in the best interest of the Government to award to other than the lowest priced Vendor or other than the highest technically rated Vendor. The following factors shall be used to evaluate offers:1. TECHNICAL CAPABILITY:The Government will evaluate quotes based on how well the proposed product(s)s meet the requirement of the Specifications Attachment.For the purpose of evaluation, Technical Acceptability is defined as meeting all physical, functional, performance, and any other terms and conditions specified in the solicitation and its attachment(s).General statements, that the offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFP's specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical proposal.The following table of technical requirements define specific value to the Government. Each requirement will be assessed an adjectival rating of Superior, Acceptable or Unacceptable, based on whether the information submitted both meets and exceeds specifications, meets specifications, or does not meet specifications.Rating (Abbreviation) DefinitionSuperior (S)The proposal contains no deficiencies or weaknesses. Based on information provided, the offeror demonstrates an understanding of the specifications required and MEETS all specifications AND EXCEEDS some specifications. Acceptable (A)The proposal contains no deficiencies or weaknesses. Based on information provided, the offeror demonstrates an understanding of the specifications required and MEETS all specifications. Unacceptable (U)The proposal contains deficiencies, weaknesses, or omissions. Proposal fails to provide a reasonable, logical approach to fulfilling the government's requirements. Based on information provided, the proposal DOES NOT MEET all specifications.2. RISK —PRICE RISK AND SUPPLIER RISKIn Accordance With (IAW) DFARS 252.207-7024, the Supplier Performance Risk System (SPRS) will be used in the evaluation of the Offeror’s performance.SPRS risk assessments will be considered during the evaluation of quotations / offers received in response to this solicitation, as follows: (1) Item risk will be considered to determine whether the procurement represents a high performance risk to the Government. (2) Price risk will be considered in determining if a proposed price is consistent with historical prices paid for a product or a service or otherwise creates a risk to the Government. (3) Supplier risk, including but not limited to quality and delivery, will be considered to assess the risk of unsuccessful performance and supply chain risk.Ratings:Low Risk: SPRS Supplier Risk Score of Blue, Purple, or Green, indicating a higher score in SPRS and are therefore, considered to have a lower risk of poor contract performance.High Risk: SPRS Supplier Risk Score of Yellow or Red, indicating a lower score in SPRS and are therefore, considered to have a higher risk of poor contract performanceNeutral: Offerors or quoters without a risk assessment in SPRS shall not be considered favorably or unfavorably. .3. PRICE REASONABLENESS:The Government anticipates making a determination of fair and reasonable price based on competitive quotes and price risk data provided in SPRS. If only one response is received, the Government may use other methods as described at 13.106-3(a)(2). Offerors or quoters without a risk assessment in SPRS shall not be considered favorably or unfavorably. (b) Award on Initial Responses; Exchanges with Best-Suited Contractor The Government anticipates selecting the best-suited contractor from initial responses, without engaging in exchanges with vendors. Vendors are strongly encouraged to submit their best technical solutions and price in response to this RFQ. However, the Government may engage in limited exchanges to clarify certain aspects of quotes. Once the Government determines the contractor that is the best-suited (i.e., the apparent successful contractor), the Government reserves the right to communicate with only that contractor to address any remaining issues and revise quotes, if necessary, and finalize an award with that contractor. These issues may include technical and price. If the parties cannot successfully address any remaining issues, as determined in the sole discretion of the Government, the Government reserves the right to conduct exchanges with the next best-suited contractor and address any remaining issues and revise quotes, if necessary, and finalize an award with that contractor.(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, within the time for acceptance specified in the offer, shall result in a binding contract, without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)SECTION VI: FAR 52.212-3 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (FEB 2024) applies to this acquisition. Offerors shall have and maintain active annual Representations and Certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov . The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision.If paragraph (j*) of the provision applies, a written submission is required:(j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or(2) Outside the United States.SECTION VII: FAR 52.212-4, CONTRACTS TERMS AND CONDITIONS -- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES -- (NOV 2023) applies to this acquisition.SECTION VII.A: ADDITIONAL FAR and DFARS PROVISIONS, INCORPORATED BY REFERENCE, THAT APPLY TO THIS SOLICITATION:FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): Federal Acquisition Regulation (FAR): https://www.acquisition.gov/browse/index/farDefense Federal Acquisition Regulation Supplement (DFARS) and Procedures, Guidance, and Information (PGI): https://www.acq.osd.mil/dpap/dars/dfarspgi/current/Department of the Navy Acquisition Regulations (NMCARS): https://www.secnav.navy.mil/rda/DASN-P/Pages/NMCARS.aspxFAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)FAR 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020)FAR 52.204-22 ALTERNATIVE LINE ITEM PROPOSAL (JAN 2017)FAR 52.216-1 TYPE OF CONTRACT (APR 1984) [Fill-In Firm-Fixed-Price]FAR 52.225-18 PLACE OF MANUFACTURE (AUG 2018)DFARS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS. (NOV 2011)DFARS 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016)DFARS 252.204-7017 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICS – REPRESENTATION (MAY 2021)DFARS 252.204-7019 NOTICE OF NIST SP 800-171 DoD ASSESSMENT REQUIREMENTS (MAR 2022)DFARS 252.204-7024 NOTICE ON THE USE OF THE SUPPLIER PERFORMANCE RISK SYSTEM (MAR 2023)DFARS 252.215-7007 NOTICE OF INTENT TO RESOLICIT (JUN 2012)DFARS 252.215-7010 REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA—BASIC (JUL 2019)DFARS 252.225-7974 REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME. (DEVIATION 2020-O0005) FEB 2020DFARS 252.239-7017 NOTICE OF SUPPLY CHAIN RISK (FEB 2019)DFARS 252.244-7000 SUBCONTRACTS FOR COMMERCIAL PRODUCTS OR COMMERCIAL SERVICES (NOV 2023)DFARS 252.246-7007 CONTRACTOR COUNTERFEIT ELECTRONIC PART DETECTION AND AVOIDANCE SYSTEM (AUG 2016)DFARS 252.246-7008 SOURCES OF ELECTRONIC PARTS (MAY 2018)SECTION VII.B: ADDITIONAL FAR AND DFARS PROVISIONS, INCORPORATED BY FULL TEXT, THAT APPLY TO THIS SOLICITATION:FAR 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it "does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument" in paragraph (c)(1) in the provision at 52.204-26, Covered Telecommunications Equipment or Services—Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products or Commercial Services. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it "does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services" in paragraph (c)(2) of the provision at 52.204-26, or in paragraph (v)(2)(ii) of the provision at 52.212-3. (a) Definitions. As used in this provision— Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition.(1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to— (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to— (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) ( https://www.sam.gov) for entities excluded from receiving federal awards for "covered telecommunications equipment or services". (d) Representation. The Offeror represents that— (1) It □ will, □ will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds "will" in paragraph (d)(1) of this section; and (2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that— It □ does, □ does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds "does" in paragraph (d)(2) of this section. (e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded "will" in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment— (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (ii) For covered services— (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded "does" in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment— (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (ii) For covered services— (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision.(End of provision)FAR 52.211-14 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, AND ENERGY PROGRAM USE (APR 2008)Any contract awarded as a result of this solicitation will be □ DX rated order; DO rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR700), and the Contractor will be required to follow all of the requirements of this regulation.(End of provision)FAR 52.233-2 SERVICE OF PROTEST (SEP 2006)(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from the Control Desk, Code 3200, Bldg. 222, Rm. 115, Naval Research Laboratory, 4555 Overlook Ave., S.W., Washington DC 20375 5326.(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.(End of Provision)DFARS 252.215-7008 ONLY ONE OFFER (DEC 2022)(a) Cost or pricing data requirements. After initial submission of offers, if the Contracting Officer notifies the Offeror that only one offer was received, the Offeror agrees to— (1) Submit any additional cost or pricing data that is required in order to determine whether the price is fair and reasonable (10 U.S.C. 3705) or to comply with the statutory requirement for certified cost or pricing data (10 U.S.C. 3702 and FAR 15.403-3); and (2) Except as provided in paragraph (b) of this provision, if the acquisition exceeds the certified cost or pricing data threshold and an exception to the requirement for certified cost or pricing data at FAR 15.403-1(b)(2) through (5) does not apply, certify all cost or pricing data in accordance with paragraph (c) of DFARS provision 252.215-7010, Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data, of this solicitation. (b) Canadian Commercial Corporation. If the Offeror is the Canadian Commercial Corporation, certified cost or pricing data are not required. If the Contracting Officer notifies the Canadian Commercial Corporation that additional data other than certified cost or pricing data are required in accordance with DFARS 225.870-4(c), the Canadian Commercial Corporation shall obtain and provide the following: (1) Profit rate or fee (as applicable). (2) Analysis provided by Public Works and Government Services Canada to the Canadian Commercial Corporation to determine a fair and reasonable price (comparable to the analysis required at FAR 15.404-1). (3) Data other than certified cost or pricing data necessary to permit a determination by the U.S. Contracting Officer that the proposed price is fair and reasonableData required may include but limited to current catalog pricing information for the system offered and current sale information providing details on the lowest prices recently paid by other customers for the same or similar system. (4) As specified in FAR 15.403-3(a)(4), an offeror who does not comply with a requirement to submit data that the U.S. Contracting Officer has deemed necessary to determine price reasonableness or cost realism is ineligible for award unless the head of the contracting activity determines that it is in the best interest of the Government to make the award to that offeror. (c) Subcontracts. Unless the Offeror is the Canadian Commercial Corporation, the Offeror shall insert the substance of this provision, including this paragraph (c), in all subcontracts exceeding the simplified acquisition threshold defined in FAR part 2.(End of Provision)SECTION VII(C): ADDENDA TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS – COMMERCIAL ITEMS (NOV 2023) SECTION VII(C)(1): AUTHORIZED GOVERNMENT REPRESENTATIVEAuthorized Government Representative (AGR) for Inspection and Acceptance - *, Code *, Telephone Number: *, email: *.*@us.navy.mil(* - To be completed at award.)SECTION VIII: FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (FEB 2024) applies to this acquisition.(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (Dec 2023) (Section 1634 of Pub. L. 115-91).(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).(5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) ( 31 U.S.C. 3903 and 10 U.S.C. 3801).(6) 52.233-3, Protest After Award (Aug 1996) ( 31 U.S.C. 3553).(7) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 ( 19 U.S.C. 3805 note)).(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:[Contracting Officer check as appropriate.]X 1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021) ( 41 U.S.C. 4704 and 10 U.S.C. 4655).X 4) 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) ( 41 U.S.C. 4712); this clause does not apply to contracts of DoD, NASA, the Coast Guard, or applicable elements of the intelligence community—see FAR 3.900(a).X (8) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).X (9) 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328).X (18)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) ( 15 U.S.C. 644).X (20) 52.219-8, Utilization of Small Business Concerns (Feb 2024) ( 15 U.S.C. 637(d)(2) and (3)).X (30) 52.219-33, Nonmanufacturer Rule (Sep 2021) ( 15U.S.C. 637(a)(17)).X (31) 52.222-3, Convict Labor (Jun 2003) (E.O.11755).X (32) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2024).X (35) 52.222-35, Equial Opportunity for Veterans (JUN 2020) (38 U.S.C. 1212)X (38) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).X (46) 52.223-15, Energy Efficiency in Energy-Consuming Products (May 2020) ( 42 U.S.C. 8259b).X (47)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514).X (48) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513).X (49) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).X (51)(i) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a).X (54) 52.225-5, Trade Agreements (NOV 2023) ( 19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).X (55) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).X (62) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) ( 31 U.S.C. 3332).X (65) 52.239-1, Privacy or Security Safeguards (Aug 1996) ( 5 U.S.C. 552a). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:[Contracting Officer check as appropriate.]NONE(End of clause)SECTION VIII.A: ADDITIONAL FAR and DFARS CLAUSES, INCORPORATED BY REFERENCE, THAT APPLY TO THIS ACQUISITION52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):https://www.acquisition.gov/browse/index/farhttps://www.acq.osd.mil/dpap/dars/dfarspgi/current/(End of clause)FAR 52.202-1 DEFINITIONS (JUN 2020)FAR 52.203-3, GRATUITIES (APR 1984)FAR 52.203-12, LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (JUN 2020)FAR 52.204-4, PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011)FAR 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)FAR 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)FAR 52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016)FAR 52.211-15 DEFENSE PRIORITY AND ALLOCATION REQUIREMENT (APR 2008)FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (NOV 2021)52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (DEC 2022FAR 52.223-5, POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAY 2011)FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)FAR 52.247-34, FOB DESTINATION (NOV 1991)FAR 52.253.1, COMPUTER GENERATED FORMS (JAN 1991)DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)DFARS 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (DEC 2022)DFARS 252.203-7003 AGENCY OFFICE OF THE INSPECTOR GENERAL (AUG 2019)DFARS 252.204-7006 BILLING INSTRUCTIONS (MAY 2023)DFARS 252.204-7009 LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR REPORTED CYBER INCIDENT INFORMATION (OCT 2016)DFARS 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (JAN 2023)DFARS 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (JAN 2023)DFARS 252.204-7018 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2023)DFARS 252.204-7020 NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (JAN 2023)DFARS 252.204-7024 NOTICE ON THE USE OF THE SUPPLIER PERFORMANCE RISK SYSTEM (MAR 2023)DFARS 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)Fill-in: none specifiedDFARS 252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM-- BASIC (JUN 2022)DFARS 252.225-7048 EXPORT-CONTROLLED ITEMS (JUN 2013)DFARS 252.227-7015 TECHNICAL DATA--COMMERCIAL ITEMS (MAR 2023)DFARS 252.227-7037 VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA (JAN 2023DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018)DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006)DFARS 252.246-7003 NOTIFICATION OF POTENTIAL SAFETY ISSUES (JAN 2023)DFARS 252.246-7007 CONTRACTOR COUNTERFEIT ELECTRONIC PART DETECTION AND AVOIDANCE SYSTEM (JAN 20236)DFARS 252.246-7008 SOURCES OF ELECTRONIC PARTS (JAN 2023)DFARS 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (JAN 2023)SECTION VIII.B: ADDITIONAL FAR and DFARS CLAUSES, INCORPORATED BY FULL TEXT THAT APPLY TO THIS ACQUISITION52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):. FEDERAL ACQUISITION REGULATION (FAR) – https://www.acquisition.gov/browse/index/far. DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENT (DFARS) –https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. NAVY MARINE CORPS ACQUISITION REGULATION SUPPLEMENT (NMCARS) -https://www.secnav.navy.mil/rda/DASN-P/Pages/NMCARS.aspx(End of clause)52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020)(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.(End of clause)DFARS 252.232-7006 - WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) (a) Definitions. As used in this clause— “Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies a unit, activity, or organization. “Document type” means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). “Local processing office (LPO)” is the office responsible for payment certification when payment certification is done external to the entitlement system. “Payment request” and “receiving report” are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall— (1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1) Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii) For fixed price line items— (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer.Invoice and Receiving Report (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer.2in1 (iii) For customary progress payments based on costs incurred, submit a progress payment request. (iv) For performance based payments, submit a performance based payment request. (v) For commercial financing, submit a commercial financing request. (2) ) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. [Note: The Contractor may use a WAWF “combo” document type to create some combinations of invoice and receiving report in one step.] (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table*Field Name in WAWFData to be entered in WAWFPay Official DoDAAC TO BE COMPLETED AT AWARDIssue By DoDAACN00173Admin DoDAAC TO BE COMPLETED AT AWARDInspect By DoDAAC N00173Ship To Code N00173Ship From CodeN/AMark For CodeTO BE COMPLETED AT AWARDService Approver (DoDAAC)N/AService Acceptor (DoDAAC)N/AAccept at Other DoDAACN/ALPO DoDAACN00173DCAA Auditor DoDAACN/AOther DoDAAC(s) (4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. (5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’s WAWF point of contact.Donna Dargan: Donna.Dargan@nrl.navy.mil or (202) 923-1442 (2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.(End of clause)SECTION IX: THE DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM (DPAS) IS DO-C9.SECTION X: EXHIBIT/ATTACHMENTSAttachment 1 — SpecificationsAttachment 2 — Requirements for On-Site ContractorsAttachment 3 — NRL Form Commercial Software License Rider v.3

Washington ,
 DC  20375  USALocation

Place Of Performance : N/A

Country : United StatesState : District of ColumbiaCity : Washington

Office Address : 4555 OVERLOOK AVE SW WASHINGTON , DC 20375-5328 USA

Country : United StatesState : District of ColumbiaCity : Washington

You may also like

BASE YEAR HAMILTON STAR LIQUID HANDLER MAINTENANCE

Due: 28 Jun, 2025 (in 14 months)Agency: NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY

GAGE ROD-CAP, LIQUID

Due: 08 May, 2024 (in 4 days)Agency: Department of Defense

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 334516Analytical Laboratory Instrument Manufacturing
pscCode 6640Laboratory Equipment and Supplies