(i) 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; offors are being requested and a written
solicitation will not be issued. It is the Government’s intention to award
without discussions. The Government reserves the right to hold
discussions.
(ii) This solicitation, W50S7U-20-Q-0006 is being issued as a Request for
Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular (FAC) 2020-06, effective
05 June 2020.
(iv) This procurement is a total small business set-aside. The associated
North American Industry Classification System (NAICS) code is 334516 -
Analytical Laboratory Instrument Manufacturing and the small business size
standard is 1,000 Employees.
(v) Commercial Item Descriptions: CLIN0001: (1) Optical Measurement & Inspection System as described in stement of work.
(vi) This scanner is a complete non-contact optical measuring system.
(vii) This requirement includes delivery to the 183d Wing, 3101 J David
Jones Parkway, Springfield, IL.
(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a successful Offeror will address all items within the addenda of this provision. The addenda for this provision is as follows
(ix) Provisions and Clauses
The following provisions are incorporated into this solicitation by reference:
FAR 52.204-7, System for Award Management.
FAR 52.204-16, Commercial and Government Entity Code Reporting.
FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials.
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls.
DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.
DFARS 252.225-7031, Secondary Arab Boycott of Israel.
The following clauses are incorporated into this solicitation by reference:
FAR 52.204-13, System for Award Management Maintenance.
FAR 52.204-18, Commercial and Government Entity Code Maintenance.
FAR 52.204-19, Incorporation by Reference of Representations and Certifications.
FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Representation and Certifications. FAR 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
FAR 52.247-65, F.O.B. Origin, Pre-paid Freight - Small Package Shipments
FAR 52.249-1, Termination for Convenience of the Government (Fixed Price) (Short).
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblowers Rights.
DFARS 252.204-7003, Control of Government personnel Work Product. DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information.
DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors.
DFARS 252.225-7001, Buy American and Balance of Payments Program. DFARS 252.225-7048, Export Controlled Items.
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
DFARS 252.232-7010, Levies on Contract Payments. DFARS 252.244-7000, Subcontracts for Commercial Items. DFARS 252.247-7023, Transportation of Supplies by Sea.
The following provisions are incorporated by full text.
FAR 52.204-20, Predecessor of Offeror.
FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations – Representation.
FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.
DFARS 252.225-7000, Buy American - Balance of Payments Program Certificate
(Offerors shall include completed copies of the certifications within the following provisions with their offer.)
The following clauses are incorporated by full text.
FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-6, Authorized Deviations in Clauses.
DFARS 252.211-7003, Item Unique Identification and Valuation.
FAR 52.212-2, Evaluation Commercial Items (Oct 2015). 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:
(1) Technical acceptability of the item offered to meet the Government requirement;
(2) Price
The lowest priced quote will be evaluated for technical acceptability. If the lowest priced quote is
found technically acceptable, the award will be made without further consideration. If the lowest
quote is deemed technically unacceptable, the next lowest quote will be evaluated for technical
acceptability, and so on until an award can be made to the lowest priced technically acceptable
offers.
(1) Technical: The lowest offeror will move forward to the technical evaluation. If
the lowest priced quote is deemed technically unacceptable, the Government
will evaluate the technical acceptability of the next lowest offeror and so on until
an awardee is identified.
(2) Price: Quotes will be listed in ascending order (low to high). The price evaluation
will document the reasonableness and completeness of the total evaluated price.
The award will be made to the lowest evaluated price whose offer is deemed
Technically acceptable.
TECHNICAL CRITERIA RATINGS
RATING DEFINITION
Acceptable: Quote clearly meets the minimum requirements of the solicitation.
Unacceptable: Quote does not clearly meet the minimum requirements of the solicitation.
DFARS 252.232-7006, Wide Area Workflow Payment Instructions.
Electronic Documents: All electronic documents must NOT be "secured", "locked", or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB.
Interested offerors must be registered in the System for Award Management (SAM). To register go to: https://www.sam.gov/portal/public/SAM. You will need your DUNS number to register. Instructions for registering are on the web page.