Combined Synopsis / Solicitation
W91ZLK-24-Q-A010
Classification: Total Small Business Set-Aside (FAR 19.5)
Product Service Code: 5935- Electrical & Electronics Equipment
NAICS Code: 334419 Other Electronic Component Manufacturing
Place of Performance: Aberdeen Proving Ground, MD 21005
SYNOPSIS
This is a combined synopsis and solicitation for commercial items usings Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 “Streamlined Procedures for Evaluation and Solicitation for Commercial Items” as applicable, and 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 documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAR) 2025-03, (01/03/2025). The complete text of any of the clauses and provisions are available electronically from the following site:
Acquisition.gov - https://www.acquisition.gov/content/regulations
INSTRUCTIONS AND INFORMATION TO OFFERORS:
52.212-1 Instruction to Offerors Commercial Items/Services
This clause applies in its entirety and there are currently no addenda to the provision.
Description of Requirements
The Army Contracting Command – Aberdeen Proving Ground (ACC-APG) is seeking Contractors to for the procurement of
Equipment manufacturer shall fabricate and ship to ATC a total of five-hundred ninety four (594) micro miniature circular connectors in seven different configurations. The
connectors are specified to interface directly to the ATC developed automotive on-board
instrumentation systems. The cylindrical connectors that interface the signal sources to
the data acquisition systems required to record engineering data during testing. The
connectors shall be fabricated to meet or exceed the following specifications. in accordance with the requirements and specifications of the attached Statement of Work (SOW) included in this solicitation. Please refer to attachment one (1).
The synopsis/solicitation number is W91ZLK-24-Q-A010. This solicitation is issued as a 100% Small Business Set-Aside under the associated North American Industry Classification System (NAICS) code 334419, Other Electronic Component Manufacturing. The Government intends the award of a Firm-Fixed Price (FFP) contract. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5, Simplified Procedures for Certain Commercial Items.
EVALUATION AND BASIS FOR AWARD
FAR 52.212-2, Evaluation – Commercial Items, applies to this acquisition.
Basis for Award:
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 Lowest Price, Technically Acceptable (LPTA) source selection procedures described in FAR 15.101-2 will be used, meaning the award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the specification requirements. The technical evaluation will be a determination based on information furnished by the Contractor.
In order to be considered technically acceptable, Contractor responses must meet the requirements and technical specifications in the Statement of Work (Attachment 1). By submitting a quote, the Contractor agrees to the notations identified in the SOW.
To receive consideration for award, a rating of “Acceptable” must be achieved. Acceptability of proposals will be based on meeting all of the requirements and specifications of the Statement of Work (SOW). Failure to address each requirement will result in the quote proposal being rated unacceptable.
The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions.
Partial quotes will not be evaluated by the Government.
DETERMINATION OF RESPONSIBILITY:
52.212-3, Offeror Representation and Certifications – Commercial Items.
All quotations from responsible and qualified sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered.
Vendors may register with SAM online by visiting www.SAM.gov.
Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer.
In accordance with FAR 9.103, contracts will be placed only with Contractors that the Contracting Officer determines to be responsible. Prospective offerors, in order to qualify as sources for this acquisition must be able to demonstrate that they meet standards of responsibility set forth in FAR 9.1 04. No award can be made to an Offeror who has been determined non-responsible by the Contracting Officer.
DISCUSSIONS:
The Government intends to award without discussions; therefore, the offerors’ initial quote proposal should contain its best terms from both the technical and price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.
SUBMISSION PROCEDURES:
ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE:
W91ZLK-25-Q-A010 PROPOSAL FROM (INSERT COMPANY NAME).
The Offeror shall include Company Name, Point of Contact, and Company Cage Code.
All questions regarding this solicitation shall be submitted to the Contract Specialist, Agnes Burke, via email to [email protected] . The suspense for question submission shall be no later than 10:00 A.M. Eastern Standard Time (EST) on Wednesday, 09 July 2025.
Responses to this solicitation must be signed, dated, and received no later 1:00 P.M. Eastern Standard Time (EST) on Friday, 11 July 2025. Responses must be sent by email to the Contract Specialist, Agnes Burke, via email to [email protected].
TELEPHONE REQUESTS WILL NOT BE HONORED.
Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) “Late submissions, modifications, revisions, and withdrawals of offers”.
The Government reserves the right to cancel the referenced solicitation if deemed to be in its best interest.
FAR 52.252-1 “Solicitation Provisions Incorporated by Reference”
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as it they were given in full text. Upon request, the Contract Specialist 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.
The following clauses and provisions apply to this acquisition and are incorporated by reference:
FAR FAR 52.201-1 Definitions
FAR 52.204-7 System for Award Management.
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards.
FAR 52.204-13 System for Award Management Maintenance.
FAR 52.204-19 Incorporation by Reference of Representations and Certifications.
FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems.
FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities.
FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation.
FAR 52.204-27 Prohibition on a ByteDance Covered Application.
FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded
FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation
FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations.
FAR.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
FAR 52.211-17 Delivery of Excess Quantities.
FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services.
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services. (DEVIATION
FAR 52.219-28 Postaward Small Business Program Rerepresentation.
FAR 52.225-13 Restrictions on Certain Foreign Purchases.
FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications
FAR 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.232-39 Unenforceability of Unauthorized Obligations.
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-1 Disputes.
FAR 52.233-3 Protest after Award.
FAR 52.233-4 Applicable Law for Breach of Contract Claim.
FAR 52.243-1 Changes-Fixed-Price.
FAR 52.246-16 Responsibility for Supplies.
FAR 52.247-34 F.o.b. Destination.
FAR 52.252-1 Solicitation Provisions Incorporated by Reference.
FAR 52.252-2 Clauses Incorporated by Reference.
FAR 52.252-6 Authorized Deviations in Clauses.
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials.
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights.
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7003 Control of Government Personnel Work Product.
DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services -- Representation
DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services -- Representation
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. (DEVIATION 2024-O0013 REVISION 1)
DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services.
DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements
DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements.
DFARS 252.211-7003 Item Unique Identification and Valuation.
DFARS 252.219-7011 Notification to Delay Performance.
DFARS 252.223-7008 Prohibition of Hexavalent Chromium.
DFARS 252.225-7001 Buy American and Balance of Payments Program.
DFARS 252.225-7007 Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies.
DFARS 252.225-7012 Preference for Certain Domestic Commodities.
DFARS 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools.
DFARS 252.225-7048 Export-Controlled Items.
DFARS 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region.
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.
DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions.
DFARS 252.232-7010 Levies on Contract Payments.
DFARS 252.239-7001 Information Assurance Contractor Training and Certification.
DFARS 252.243-7001 Pricing of Contract Modifications.
DFARS 252-244-7000 Subcontracts for Commercial Products or Commercial Services
DFARS 252.247-7023 Transportation of Supplies by Sea.