Federal Bid

Last Updated on 18 Sep 2019 at 8 AM
Combined Synopsis/Solicitation
Indian head Maryland

Photon Doppler Velocimetry (PDV) System

Solicitation ID N0017419Q0045
Posted Date 01 Aug 2019 at 6 PM
Archive Date 18 Sep 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Indian head Maryland United states
  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; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-02 and the Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice effective 31 May 2019.

The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division (NWSC IHEODTD) has a requirement for 2 (two) Photon Doppler Velocimetry (PDV) Systems.

The contractor shall provide the following within 150 days after date of contract:

•4 PDV channels with 2x1 temporal multiplexing (5µs delay) for a total of 8 channels
•1550 nm laser wavelength
•Heterodyne configuration
•20 GHz or better optical receiver
•Reference and signal lasers included
•200 mW/ch minimum laser output power
•All components mounted and connected in a mobile 19" rack with room for oscilloscope

This requirement is being issued as a Small Business Set-Aside. The NAICS code is 334516, the size standard is 1.000 employees, and the FSC is 6640. The method of Source Selection will be based on Lowest Price Technically Acceptable (LPTA). Offeror must meet aforementioned salient characteristics to be determined technically acceptable. The Government reserves the right to consider past performance information available from sources including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS), and the Federal Awardee Performance and Integrity Information System (FAPIIS).

The resulting contract will be a Firm-Fixed Price (FFP) Supply type contract.

Delivery Address:
NSWC IHEODTD
Receiving
Receiving Officer Bldg. 116
4522 McMahan Road, Suite 100
Indian Head, MD 20640
Tel: (301) 744-4221

UNLESS AVAILABLE VIA System for Award Management, THE OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF FAR 52.212-3, Offeror Representation and Certifications - Commercial Items PROVISION WITH THEIR PROPOSALS REFERENCING APPLICABLE NAICS AND SIZE STANDARD STATED ABOVE.

Applicable Clauses for this Commercial Combined Synopsis/Solicitation:

FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Dec 2014); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (SEP 2018) with reference to: 52.203-6, 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.222-50. Addendum to 52.212-4 includes the following: DFARS 252.211-7003 Item Identification and Valuation (Mar 2016) and DFARS 252.247-7023 Transportation of Supplies by Sea-Basic (Feb 2019). Additionally, the following clauses are applicable to this combined synopsis solicitation as follows:

•52.202-1, Definitions (Apr 1984).
•52.203-3, Gratuities (Apr 1984).
•52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government (Sep 2006).
•52.203-12, Limitation on Payments to Influence Certain Federal Transactions (Oct 2010).
•52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistle-Blower Rights (Apr 2014).
•52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017).
•52.204-4, Printed or Copied Double-Sided on Recycled Paper (May 2011).
•52.204-7, System for Award Management (Oct 2016).
•52.204-13, System for Award Management Maintenance (Oct 2018).
•52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014).
•52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016)
•52.204-22, Alternative Line Item Proposal (Jan 2017).
•52.209-11, Representation by Corporations regarding Delinquent Tax Liability or a Felony Conviction (Feb 2016).
•52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (Apr 2008).
•52.211-15, Defense Priority and Allocation Requirement (Apr 2008).
•52.219-6, Notice of Total Small Business Set-Aside (Jan 2019).
•52.223-6, Drug-Free Workplace (May 2001).
•52.227-1, Authorization and Consent (Dec 2007).
•52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013).
•52.232-40, Providing Accelerated payments to Small Business Subcontractors (Dec 2013).
•52.233-1, Disputes (May 2014).
•52.233-2, Service of Protest (Sep 2006).
•52.233-3, Protest After Award (Aug 1996).
•52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004).
•52.242-13, Bankruptcy (Jul 1995).
•52.242-15, Stop-Work Order (Aug 1989).
•52.243-1, Changes - Fixed Price (Aug 1987).
•52.249-2, Termination for Convenience of the Government (Fixed-Price) (Apr 2012).
•52.249-8, Default (Fixed-Price Research and Development) (Apr 1984).
•52.249-14, Excusable Delays (Apr 1984).
•52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998).
•52.252-2, Authorized Deviations in Provisions (Apr 1984).
•52.252-6, Authorized Deviations in Clauses (Apr 1984).
•252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011).
•252.203-7002, Requirements to Inform Employees of Whistleblower Rights (Sep 2013).
•252.203-7005, Representation Relating to Compensation of Former DOD Officials (Nov 2011).
•252.204-7003, Control of Government Work Product (Apr 1992).
•252.204-7006, Billing Instructions (Oct 2005);
•252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016).
•252.204-7009, Limitation on the Use or Disclosure of Third-Party Contractor Information (Oct 2016).
•252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016).
•252.204-7015, Notice of Authorized Disclosure of Information by Litigation Support (May 2016).
•252.211-7008, Use of Government-Assigned Serial Numbers (Sep 2010).
•252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations (Mar 2018).
•252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors (Jan 2018).
•252.225-7048, Export Controlled Items (Jun 2013).
•252.225-7031, Secondary Arab Boycott of Israel (Jun 2005).
•252.231-7000, Supplemental Cost Principles (Dec 1991).
•252.232-7010, Levies on Contract Payments (Dec 2006).
•252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018),
•252.232-7006, Wide Area Workflow Payment Instructions (Dec 2018).
•252.243-7001, Pricing of Contract Modifications (Dec 1991).
•252.243-7002, Requests for Equitable Adjustment (Dec 2012).
•252.244-7000, Subcontracts for Commercial Items (Jun 2013).

Parties responding to this solicitation may submit their quote via email to Tanika L. Posey at [email protected]. Responses should include the following:

1.) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), ability to meet delivery requirement and unit cost of items, shipping fees, etc.
2.) The company's CAGE code, Dun, and Taxpayer ID number.
3.) All FAR certifications and representations must also accompany the quote unless available via the System for Award Management (SAM).
Any questions must be submitted 5 days after issuance of this solicitation. No questions will be accepted after that time. Offers must be received no later than 3:00 p.m. EST on 03 September 2019. Submit offers to Tanika L. Posey via e-mail: [email protected]. Offerors are reminded that ALL proposal information must be received not later than the date and time specified in this paragraph. Any information received after that date/or time will be deemed late and will not be considered for award.

Bid Protests Not Available