MEASUREMENT ELECTRONICS
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159571671680135 |
Posted Date: | Jan 19, 2023 |
Due Date: | Jan 23, 2023 |
Solicitation No: | N00173-23-Q-1301028129 |
Source: | https://sam.gov/opp/ff947a035c... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Jan 19, 2023 09:59 am EST
- Original Date Offers Due: Jan 23, 2023 12:00 pm EST
- Inactive Policy: Manual
- Original Inactive Date: Jan 23, 2023
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
-
NAICS Code:
- 334516 - Analytical Laboratory Instrument Manufacturing
-
Place of Performance:
Washington , DC 20375USA
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS
This is a combined synopsis/solicitation for commercial items prepared in accordance with the
format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for
Evaluation and Solicitation for Commercial Items," as supplemented with additional information
included in this notice. This announcement constitutes the only solicitation; quotations are being
requested, and a written solicitation document will not be issued.
This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-04
Effective 19 January, 2021 (updated with Class Deviation 2018-O0018 – Micro-Purchase
Threshold, Simplified Acquisition Threshold, and Special Emergency Procurement Authority)
The associated North American Industrial Classification System (NAICS) code for this
procurement is 334516, with a Small Business size standard of 1,000.
The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is 6640.
The Naval Research Laboratory (NRL), located in Washington, DC, is seeking to purchase
MEASUREMENT ELECTRONICS
All interested companies shall provide quotations for the following:
See the attached
Supplies: Items must be brand name or equal in accordance with FAR 52.211-6.
**FOB DESTINATION IS THE PREFERRED METHOD**
Estimated Delivery Time: __________________
For FOB ORGIN, please provide the following information:
FOB Shipping Point: _______________________
Estimated Shipping Charge: _________________
Dimensions of Package(s): ____________________
Shipping Weight: __________________________
The following provisions and clauses are hereby incorporated. Any provisions and clauses not
applicable by their terms shall be self-deleting.
The full text of FAR provisions or clauses may be accessed electronically at
http://acquisition.gov/comp/far/index.html. The full text of DFARS provisions or clauses may
be accessed electronically at http://farsite.hill.af.mil/vfdfara.htm.
The following solicitation provisions apply to this acquisition:
Interim FAR rule 2019-009, published on July 14, 2020, and effective on August 13
Instruction to Offeror: Complete the attached 52.504-24 and include it with your offer.
FAR 52.204-24 REPRESENTATION REGARDING CERTAIN
TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR
EQUIPMENT (OCT 2020)
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 Items. 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)
1. FAR 52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal
Transactions (Sep 2007)
2. FAR 52.204-7, System for Award Management (Oct 2018)
52.212-1 -- Instructions to Offerors -- Commercial Items.
3. FAR 52.212-1, "Instructions to Offerors-Commercial Items" (Jun 2020)
a. FAR 52.212-1 has been tailored to include the following additional instructions:
• This procurement is for new equipment ONLY, unless otherwise specifically
stated. No remanufactured or "gray market" items are acceptable. All equipment
must be covered by the manufacturer's warranty.
• Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer,
authorized distributor, or authorized reseller 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
• Offerors are required to submit documentation from the manufacturer stating that
they are an authorized distributor for the specific items being procured.
4. FAR 52.212-3, "Offeror Representations and Certifications-Commercial Items" (JAN 2021)
5. FAR 52.225-18, Place of Manufacture (Aug 2018)
6. FAR 52.233-2, Service of Protest (SEP 2006)
The Contracting Officer's address is:
US Naval research Laboratory
4555 Overlook Avenue, S.W.
Code 1350
Washington, DC 20375
a. NRL also includes the following provisions that must be completed by the offeror:
1. FAR 52.209-5, Certification Regarding Responsibility Matters (AUG 2020)
2. FAR 52.222-22, Previous Contracts and Compliance Reports (FEB 1999)
3. FAR 52.222-25, Affirmative Action Compliance (APR 1984)
4. FAR 52.225-4, Buy American Act - Free Trade Agreements - Israeli Trade Act
Certificate Alternate III (JAN 2021)
Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov
in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial
Items." If paragraph (j) of the provision is applicable, a written submission is required.
The following contract clauses apply to this acquisition:
1. FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" (Oct 2018)
a. The following clauses are included as addenda to FAR 52.212-4:
FAR 52.202-1, Definitions (Jun 2020)
FAR 52.203-3, Gratuities (APR 1984)
FAR 52.203-6, - Restrictions on Subcontractor Sales to the Government (Jun 2020)
o Alt I (OCT 1995)
FAR 52.203-12, Limitation of Payments to Influence Certain Federal Transactions
(Jun 2020)
FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform
Employees of Whistleblower Rights (Jun 2020)
FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper (MAY 2011)
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
(Jun 2020)
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video
Surveillance Services or Equipment (Aug 2020)
FAR 52.223-2, Affirmative Procurement of Biobased Products Under Service And
Construction Contracts (SEP 2013)
FAR 52.223-11, Ozone-Depleting Substances and High Global Warming Potential
Hydrofluorocarbons (Jun 2016)
FAR 52.223-12, Refrigeration Equipment and Air Conditioners (JUN 2016)
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
(Jun 2020)
FAR 52.223-20, Aerosols (Jun 2016)
FAR 52.223-21, Foams (Jun 2016)
FAR 52.225-14, Inconsistency Between English Version and Translation of Contract
(FEB 2000)
FAR 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013)
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
(DEC 2013)
FAR 52.245-1, Government Property (Jan 2017)
FAR 52.245-2, Government Property Installation Operation Services (APR 2012)
FAR 52.245-9, Use and Charges (APR 2012)
FAR 52.247-34, F.O.B Destination (NOV 1991)
FAR 52.252-2, Clauses Incorporated By Reference (FEB 1998)
2. FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive
Orders" (JAN 2021)
The following subparagraphs of FAR 52.212-5 are applicable:
• Subparagraphs (b)(4), (b)(8), (b)(25 - 34), (b)(40), (b)(42), (b)(46), (b)(48) (b)(54)(56)
3. DFARS 212.301 - Solicitation Provisions and Contract Clauses for the Acquisition of
Commercial Items (Revised December 21, 2018):
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD
Officials (SEP 2011)
DFARS 252.203-7003, Agency Office of the Inspector General (Aug 2019)
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 252.204-7009, 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 (Dec 2019)
DFARS 252.204-7013, Reserved.
DFARS 252.204-7014, Limitations on the Use or Disclosure of Information by Litigation
Support Contractors (MAY 2016)
DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation
Support (MAY 2016)
DFARS 252.211-7003, Item Unique Identification and Valuation (MAR 2016)
DFARS 252.211-7006, Passive Radio Frequency Identification (Dec 2019)
DFARS 252.211-7007, Reporting of Government-Furnished Property (AUG 2012)
DFARS 252.211-7008, Use of Government-Assigned Serial Numbers (SEP 2010)
DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance
Risk System in Past Performance Evaluations (Sep 2019)
DFARS 252.215-7007, Notice of Intent to Resolicit (JUN 2012)
DFARS 252.215-7008, Only One Offer (Jul 2019)
DFARS 252.219-7000, Advancing Small Business Growth (SEP 2016)
DFARS 252.223-7004 Drug-Free Work Force (SEP 1988)
DFARS 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013)
DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate –
Basic (NOV 2014)
Alternate I (NOV 2014)
DFARS 252.225-7001, Buy American Act and Balance of Payments Program – Basic
(DEC 2017)
DFARS 252.225-7006, Acquisition of the American Flag (AUG 2015)
DFARS 252.225-7008, Restriction on Acquisition of Specialty Metals (MAR 2013)
DFARS 252.225-7013, Duty-Free Entry (Apr 2020)
DFARS 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (JUN
2011)
DFARS 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments
Program – Basic (DEC 2017) Exceeding $25,000, but is Less Than $191,000
DFARS 252.225-7037, Evaluation of Offers for Air Circuit Breakers (Dec 2018)
DFARS 252.225-7038, Restriction on Acquisition of Air Circuit Breakers (Dec 2018)
DFARS 252.225-7049, Prohibition on Acquisition of Commercial Satellite Services from
Certain Foreign Entities—Representations (Dec 2018)
DFARS 252.227-7013, Rights in Technical Data - Noncommercial Items (FEB 2014)
Alternate I (JUN 1995)
DFARS 252.227-7015, Technical Data - Commercial Items (FEB 2014)
DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 2016)
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving
Reports (DEC 2018)
DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (DEC 2018)
DFARS 252.232-7010, Levies on Contract Payments (DEC 2006)
DFARS 252.232-7011, Payments in Support of Emergencies and Contingency
Operations (MAY 2013)
DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor
Personnel (JUN 2013)
DFARS 252.237-7019, Training for Contractor Personnel Interacting with Detainees
(JUN 2013)
DFARS 252.239-7009, Representation of Use of Cloud Computing (SEP 2015)
DFARS 252.239-7010, Cloud Computing Services (OCT 2016)
DFARS 252.239-7017, Notice of Supply Chain Risk (Feb 2019)
DFARS 252.239-7018, Supply Chain Risk (Feb 2019)
DFARS 252.244-7000, Subcontracts for Commercial Items (OCT 2020)
DFARS 252.246-7003, Notification of Potential Safety Issues (JUN 2013)
DFARS 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military
Operations (OCT 2010)
SUBMISSION INSTRUCTIONS:
All Quoters shall submit 1 (one) copy of their technical and price quote. Include your company
DUNS Number and Cage Code on your quote.
All quotations shall be sent via e-mail.
Buyer Name: Marche Hampton, email: Marche.Hampton@nrl.navy.mil.
Please reference this combined synopsis/solicitation number on your correspondence and in the
"Subject" line of your email.
ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA
EMAIL.
The government intends to award a purchase order as a result of this combined
synopsis/solicitation that will include the terms and conditions set forth herein.
SAM Registration: Award may be made without discussions or negotiations, therefore
prospective contractors should have an active registration in the System for Award Management
(SAM) database (www.sam.gov) in accordance with Federal Acquisition Regulation (FAR) Part
4.1102 and Part 52.204-7 when submitting a response to this solicitation.
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 factor shall be used to evaluate offers:
Lowest Price Technically Acceptable –
Factor 1 – Price. Quotes will be evaluated to determine if the price is fair, and reasonable in
accordance with FAR 12.209. Quotations shall include a price for each Contract Line Item
Number (CLIN).
Factor 2 – Technical. The Government will evaluate the quoter’s capabilities to provide
supplies/services in accordance with the Solicitation.
Offers will be ranked lowest to highest according to price. A price analysis will be conducted to
determine whether the lowest price will result from a single award or multiple awards. Based on
the price analysis, the lowest price offer or multiple offers, will be forwarded to the requiring
activity for technical evaluation (offer(s), in accordance with the specifications, will be deemed
either technically acceptable or technically unacceptable). If the lowest price offer or offers is
found technically acceptable and the pricing determined fair and reasonable by the Contracting
Officer, evaluation will be deemed complete and award will be made based on the lowest price
offer(s)
Table A-1. Technical Acceptable/Unacceptable Ratings
Rating
Description
Acceptable
Quote meets all the minimum requirements/specifications as stated or provided in the RFQ
specifications.
Unacceptable
Quote does not clearly meet the minimum requirements/specifications as stated or provided in
the RFQ specifications.
Options. When applicable, the Government will evaluate offers for award purposes by adding the
total price for all options to the total price for the basic requirement. The Government may
determine that an offer is unacceptable if the option prices are significantly unbalanced.
Evaluation of options shall not obligate the Government to exercise the option(s).
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:"
Quoter shall list exception(s) and rationale for the exception(s).
Submission shall be received not later than the response date listed above. Late submissions shall
be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed
submissions are accepted and are the preferred form of submission. Receipt will be verified by
the date/time stamp on fax or e-mail.
- 4555 OVERLOOK AVE SW
- WASHINGTON , DC 20375-5328
- USA
- Marche Hampton
- marche.hampton@nrl.navy.mil
- Phone Number 2029231386
- Kimberly Martin
- kimberly.martin@nrl.navy.mil
- Jan 19, 2023 09:59 am ESTCombined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.