Laser Interrogators for ERDC GSL

expired opportunity(Expired)
From: Federal Government(Federal)
W912HZ24Q8690

Basic Details

started - 20 Mar, 2024 (1 month ago)

Start Date

20 Mar, 2024 (1 month ago)
due - 03 Apr, 2024 (29 days ago)

Due Date

03 Apr, 2024 (29 days ago)
Bid Notification

Type

Bid Notification
W912HZ24Q8690

Identifier

W912HZ24Q8690
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE
[object Object]

SetAside

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

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation is being issued as a Request for Quote (RFQ) with the intent to award as a single firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02. This requirement is 100% small business set aside and utilizes the North American Industry Classification System Code (NAICS) 334413, Semiconductor and Related Device Manufacturing, with a size standard of 1,250 employees. This procurement is being conducted in accordance with regulation at FAR 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition
Procedures. Please see attached Description of Requirement (DOR). Instructions to Offerors (a) The Offeror is responsible for reading all information contained in this solicitation and all attachments, if any, posted with it. Offerors should check the www.SAM.gov website often for any information regarding this solicitation and/or amendments to this solicitation. For information concerning this solicitation, please email Allison.B.Hudson@usace.army.mil and Angela.M.Stokes@usace.army.mil (b) Pursuant to FAR 52.204-7(b), System for Award Management, offerors must be registered in the System for Award Management (SAM) at the time an offer or quotation is submitted, and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. If an offeror is not registered in SAM at the time of the offer, its offer will not be considered for award. You may register electronically at http://www.sam.gov. (c)Submission of offers. Signed and dated offers are due 03 April 2024, not later than 3:00 PM CST and must be submitted via email to: Allison.B.Hudson@usace.army.mil and Angela.M.Stokes@usace.army.mil. Offers may be submitted in writing on letterhead stationery, or as otherwise specified in the solicitation. At a minimum, offers must include: The solicitation number W912HZ24Q8690; A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This includes providing the terms of any standard warranty and technical support. This may include product literature, or other documents, if necessary; Unit pricing and extended pricing for each item: Firm, fixed price for one unit shall be provided. Unit pricing for out years OR a unit price with an escalation rate shall also be provided to establish binding rates. Cage code and/or DUNS Number. (d)Late submissions, modifications, revisions, and withdrawals of offers - (1)Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the designated government emails by the date and time designated in the solicitation; (2)Any offer, modification, revision, or withdrawal of an offer received after the exact date and time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; however, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted; and (3)Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. (e)Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. The IDIQ does not obligate any funds. The government shall be obligated only to the extend of authorized purchases actually made via a properly executed delivery order. There shall be guaranteed minimum of $10,000.00. Actual purchases will be made via properly executed delivery orders. These orders will be initiated at the time the supplies are needed by an authorized representative of the Contracting Officer. (f)Offers shall be made in accordance with the Description of Requirements (DOR) document provided in the solicitation. (g) Oral communications ARE NOT acceptable in response to this notice. (h) Technical Inquiries and Questions: All technical inquiries and questions relating to this solicitation are to be submitted via email to Allison.B.Hudson@usace.army.mil and Angela.M.Stokes@usace.army.mil. Offerors shall submit questions no later than 5:00PM CST, 28 March 2024 in order to ensure adequate time is allotted to form an appropriate response and to amend the solicitation, if necessary. Offerors must review the specifications in their entirety and review the www.SAM.gov website for answers to questions prior to submission of an inquiry FAR 52.212-2 - Evaluation -- Commercial Products and Commercial Services: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price will be determined by proposed yearly unit prices multiplied by the government’s anticipated yearly quantity purchases. (Chart Below) Year 1 Year 2 Year 3 Year 4 Year 5 Total Government Quantity: Yearly Unit Rate: (c)A written notice of award or acceptance of anoffer, mailed or otherwise furnished to the successfulofferorwithin the time for acceptance specified in theoffer,shallresult in a binding contract without further action by either party. Before theoffer’s specified expiration time, the Governmentmayaccept anoffer(or part of anoffer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) The Government will issue an award to the offeror whose quote is the Lowest Price that is determined to meet at least the minimum requirements. The Government will evaluate the offer for price reasonableness. The Government intends to select one contractor for this acquisition. However, the Government reserves the right not to award a contract at all, depending on the quality of the quotations and prices submitted and the availability of funds. Rejection of Unreasonable Offers: The Government may reject any quotation that is evaluated to be unreasonable in terms of program commitments, including contract terms and conditions, or unreasonably high or low in cost when compared to Government estimates, such that the quotation is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. FAR 52.233-2 - Service of Protest: Service of Protest (Sept 2006) (a)Protests, as defined in section33.101of 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 Engineer Research and Development Center (ERDC) Contracting Office ATTN: Allison Hudson, Contracting Officer 3909 Halls Ferry Road Vicksburg, MS 39180-6199 (b)The copy of any protest shall be received in the office designated above within oneday of filing a protest with the GAO. (End of provision) FAR 52.216-18 Ordering Ordering (Aug 2020) (a)Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of contract award through a period of five years. (b)All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c)A delivery order or task order is considered "issued" when— (1)If sent by mail (includes transmittal by U.S. mail or private delivery service), the Government deposits the order in the mail; (2)If sent by fax, the Government transmits the order to the Contractor's fax number; or (3)If sent electronically, the Government either— (i)Posts a copy of the delivery order or task order to a Government document access system, and notice is sent to the Contractor; or (ii)Distributes the delivery order or task order via email to the Contractor's email address. (d)Orders may be issued by methods other than those enumerated in this clause only if authorized in the contract. (End of clause) FAR 52.216-19 Order Limitations Order Limitations(Oct 1995) (a)Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $2,500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b)Maximum order. The Contractor is not obligated to honor- (1)Any order for a single item in excess ofa quantity of 4; (2)Any order for a combination of items in excess ofa quantity of 4; or (3)A series of orders from the same ordering office within 365 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c)If this is a requirements contract (i.e.,includes the Requirements clause at subsection52.216-21of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d)Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 3 days after issuance, with written notice stating the Contractor’s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) FAR 52.216-22 Indefinite Quantity Indefinite Quantity(Oct 1995) (a)This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b)Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c)Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d)Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor’s and Government’s rights and obligations with respect to that order to the same extent as if the order were completed during the contract’s effective period;provided, that the Contractor shall not be required to make any deliveries under this contract after the last date of the delivery of the final task order issued under this contract. (End of clause) The following FAR clauses and provisions may apply to this acquisition: 52.203-3 Gratuities 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-16 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.212-1 Instructions to Offers 52.212-3 Offerors Representations and Certifications- Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items 52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008) 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 52.247-34FOB Destination 52.252-2 Clauses Incorporated by Reference Additionally, the following clauses/provisions located within FAR 52.212- 5 may apply to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government -Alternate I 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-7 Information Regarding Responsibility Matters 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-28 Post Award Small Business Program Representation 52.219-33Nonmanufacturer Rule 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52-222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer - System for Award Management The full text of these FAR clauses can be accessed electronically at website: https://www.acquisition.gov/browse/index/far The following DFARS Clauses and Provisions may be applicable to this acquisition: 252.203-7000 Requirement Relating to Compensation of Former DoD officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD officials 252.211-7003 Item Unique Identification and Valuation 252.204-7003 Control Of Government Personnel Work Product 252.204-7002 Payment For Contract Line Or Subline Items Not Separately Priced 252.204-7015Notice Of Authorized Disclosure Of Information For Litigation Support 252.204-7016Covered Defense Telecommunications Equipment or Services--Representation 252.204-7017Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation 252.204-7018Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services 252.225-7000Buy American--Balance of Payments Program Certificate—Basic 252.225-7001Buy American and Balance of Payments Program—Basic 252.225-7002Qualifying Country Sources as Subcontractors 252.225-7048Export-Controlled Items 252.225-7059Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region - Representation 252.225-7060Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region 252.225-7972Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) 252.225-7973Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation. (DEVIATION 2020-O0015) 252.226-7001Utilization Of Indian Organizations, Indian-Owned Economic Enterprises, And Native Hawaiian Small Business Concerns (Applicable If Expected To Exceed $500,000) 252.227-7015Technical Data—Commercial Products and Commercial Services 252.227-7037Validation of Restrictive Markings on Technical Data 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing Of Contract Modifications 252.243-7002Requests For Equitable Adjustment The full text of these DFARS clauses can be accessed electronically at website: https://www.acquisition.gov/dfars

Vicksburg, MS, 39180, USALocation

Place Of Performance : Vicksburg, MS, 39180, USA

Country : United StatesState : Mississippi

Classification

NAICS CodeCode 334413
Classification CodeCode 5980