One (1) femtosecond laser micromachining station
COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 6640 2. NAICS Code: 334516 3. Subject: One (1) femtosecond laser micromachining station 4. Solicitation Number: W911QX24Q0017 5. Set-Asi... COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 6640 2. NAICS Code: 334516 3. Subject: One (1) femtosecond laser micromachining station 4. Solicitation Number: W911QX24Q0017 5. Set-Aside Code: Total Small Business Set-Aside (Note: Offerors are required to identify if they are small business manufacturer or a small business reseller. If Offerors are a small business reseller, the solicitation requires small business resellers to confirm that the product they are offering is manfufactured by a small business in accordance with the Non-Manufacturer Rule). 6. Response Date: Seven (7) Business Days after date of posting. 7. Place of Delivery/Performance: U.S. Army Research Laboratory Shipping & Receiving Aberdeen Proving Ground Aberdeen, MD 21005 8. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) The solicitation number is W911QX24Q0017. This acquisition is issued as an request for quotation (RFQ) (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01. (iv) The associated NAICS code is 334516. The small business size standard is 1000 Employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Femtosecond laser micromachining station CLIN 0002: On-site Installation CLIN 0003: On-site Training CLIN 0004: Shipping & Handling (vi) Description of requirements: The Government requires one (1) femtosecond laser micromachining station with the following minimum specifications: (1a) Laser source characteristics shall have: 1. All solid state diode pumped laser 2. Laser emission wavelength of 1035 nanometer (nm) or shorter 3. Laser pulse duration less than 300 femtosecond (fs) 4. Laser repetition rate of 100 kilohertz (kHz) or greater 5. Average power of 5 watt (W) or greater 6. Beam quality (M2) < 1.5 7. Beam pointing stability better than 30 microradians per degree Celsius (?rad/°C) 8. Pulse to pulse energy noise less than 1% root mean square (RMS) over 8 hours 9. Air cooled with no external chiller. (1b) Laser Optics shall have: 1. F-theta final objective between 50 millimeter (mm) and 200 mm focal length 2. Laser spot size between 15 and 25 micrometer (?m) 3. Maximum laser fluence of 5 joules per square centimeter (J/cm2) or greater 4. Laser scanning capability using 2-axis galvo scanner 5. Laser scan area of at least 10 mm by 10 mm 6. Motorized attenuator for precise tuning of laser power delivered to sample with 1% resolution or better 7. Maximum laser scan speed greater than 250 millimeter per second (mm/s) 8. Laser scan resolution better than 1 ?m 9. High damage resistant coatings optimized for laser wavelength (1c) Motion Control shall have: 1. X-Y stage with (1) accessible specimen area of 100 mm by 100 mm or greater; (2) positioning accuracy of 2.5 ?m or better; (3) maximum speed greater than 100 mm/s 2. Z-axis motion with (1) range of 100 mm or greater; (2) positioning accuracy of 5 ?m or better; (3) travel break 3. Tilt axis with (1) range of motion +/- 90 degrees; (2) position accuracy of 0.6 milliradian (mrad) or better 4. Stages with total specimen weight capacity of 1 kilogram (kg) or greater. (1d) Enclosure and Infrastructure shall have: 1. Interlocked Class I laser enclosure with status indicator lighting and emergency stop 2. Granite platform base 3. Capable of operating on standard 120/240 volts alternating current (VAC) dedicated circuit 4. Enclosure must be installable through standard 72” wide double door 5. Integrated debris handling in a pull configuration (1e) Software and Controls shall have: 1. Fully integrated control PC and software displays 2. Interated computer-aided design (CAD)/computer-aided manufacturing (CAM)CAD/ software 3. CAD import standard file formats (DXF, DWG, STL, STP, IGES) 4. Hatching and contour tool paths 5. Scripting/macro functions 6. Virtual joystick state motion controls 7. Integrated digital distance measurement 8. In-line video camera 9. Off-axis video camera 10. Live video feed with light emitting diode (LED) illumination 11. Laser autofocus with 25 ?m accuracy or better 12. User access levels (1f) Installation and Training shall include: 1. On-site installation included 2. Minimum of 1 day on-site training 3. Minimum 1 year warranty (1g) Optional Characteristics shall have: 1. Integrated debris handling in a push-pull configuration 2. Rotation axis with (1) 360 degree travel; (2) position accuracy of 0.6 mrad or better; (3) placed above the tilt axis. 3. Laser with variable pulse length from <300 fs to > 1 picosecond (ps) 4. Second harmonic generator unit with (1) wavelength less than 600 nm; (2) pulse length <300 fs; (3) repetition rate of at least 200 kHz 5. Integrated power meter capable of measuring power delivered to the sample 6. Automatic sample positioning and detection 7. Ability to add additional motion axes in the future 8. User accessible compressed air/gas manifold within the Class I Enclosure (vii) Delivery is required six (6) to nine (9) months after contract award (ACA). Delivery shall be made to At ABERDEEN PROVING GROUND truck shipments are accepted Monday through Friday (except holidays) from 8:00 AM to 3:30 PM only at Logistics Warehouse, Building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005. To coordinate/schedule deliveries, contact Bldg. 321 at 410-278-4406. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. The following addenda have been attached to this provision: N/A (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government’s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government’s minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance): Price Technical Capabilities/Specification Past Performance (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. N/A (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause. N/A (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR: 52.203-6 Alt I: RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (JUN 2020) 52.204-10: REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018) 52.204-25: PROHIBITON ON CONTRACTING FOR CERTAINTELECOMMUNICATIONS AND SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 52.204-27: PROHIBITION ON A BYTEDANCE COVERED APPLICATION (JUN 2023) 52.209-6: PROTECTING THE GOVERNMENT’ INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021) 52.209-9: UPDATES OF PUBLICY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018) 52.219-6: NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (MAR 2020) 52.219-8: UTILIZATION OF SMALL BUSINESS CONCERNS (DEVIATION 2023-O0002) (DEC 2022) 52.219-14: LIMITATIONS ON SUBCONTRACTING (OCT 2022) 52.219-28: POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021) 52.219-33: NONMANFACTURER RULE (SEP 2021) 52.222-3: CONVICT LABOR (JUN 2003) 52.222-19: CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022) 52.222-21: PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26: EQUAL OPPORTUNITY (SEP 2016) 52.222-35: EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) 52.222-36: AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-37: EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016) 52.222-40: NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) 52.222-50: COMBATING TRAFFICKING IN PERSONS (NOV 2021) 52.223-18: ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13: RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33: PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION (OCT 2018) DFARS: *252.203-7005: REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7015: DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) *252.204-7016: COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (DEC 2019) *252.204-7017: PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (DEC 2019) 252.204-7018: PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2021) 252.204-7022: EXPEDITING CONTRACT CLOSEOUT (MAY 2021) *252.215-7008: ONLY ONE OFFER (JUL 2019) 252.223-7008: PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7001: BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM 252.225-7007: PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES (DEC 2018) 252.225-7012: PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2017) 252.225-7048: EXPORT-CONTROLLED (JUNE 2013) 252.225-7052: RESTRICTION ON THE ACQUISITION OF CERTAIN MAGNETS AND TUNGSTEN (JAN 2023) *252.225-7055: REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (MAY 2022) 252.225-7056: PROHIBITION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (JAN 2023) 252.226-7001: UTILIZATION OF INDIAN ORGANIZATIONS, AND INDIAN-OWNED ECONOMIC ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS (APR 2019) 252.232-7010: LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.243-7002: REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012) 252.244-7000: SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.246-7008: SOURCES OF ELECTRONIC PARTS (MAY 2018) 252.247-7023: TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): FAR PROVISIONS: 52.204-7: SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-16: COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020) 52.204-20: PREDECESSOR OF OFFEROR (AUG 2020) 52.204-24: REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 52.204-26: COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (OCT 2020) 52.209-7: INFORMATION REGARDING RESPONSIBIITY MATTERS (JUL 2013) 52.233-2: SERVICE OF PROTEST (SEP 2006) 52.252-1: SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) FAR/DFARS CLAUSES: 52.201-1: DEFINITIONS (JUN 2020) 52.203-3: GRATUITIES (APR 1984) 52.204-13: SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-18: COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 52.204-19: INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.204-21: BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (NOV 2021) 52.232-39: UNEFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.233-1: DISPUTES (MAY 2014) 52.243-1: CHANGES—FIXED PRICE (AUG 1987) 52.247-34: F.O.B. DESTINATION (NOV 1991) 52.252-2: CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.203-7000: REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7002: REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) 252.204-7000: DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7003: CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.204-7004: DOD ANTITERRORISM AWARENESS FOR CONTRACTORS (FEB 2019) 252.204-7012: SAFEGUARDING COVERDED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (DEC 2019) 252.211-7003: ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022) 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) ADELPI LOCAL INSTRUCTION PROVISIONS: EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS ADELPHI LOCAL INSTRUCTION CLAUSES: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATE (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM – APG AT-OPSEC REQUIREMENTS DISTRIBUTION STATEMENT A DFARS COMMERCIAL CLAUSES (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: a. In accordance with FAR 32.003, the Government cannot provide contract financing for this acquisition. (xvi) Offers are due seven (7) calendar days after date of posting, by 11:59 (noon) Eastern Standard Time (EST), at crystal.l.demby.civ@army.mil (xvii) For information regarding this solicitation, please contact Crystal Demby (crystal.l.demby.civ@army.mil). COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 6640 2. NAICS Code: 334516 3. Subject: One (1) femtosecond laser micromachining station 4. Solicitation Number: W911QX24Q0017 5. Set-Aside Code: Total Small Business Set-Aside (Note: Offerors are required to identify if they are small business manufacturer or a small business reseller. If Offerors are a small business reseller, the solicitation requires small business resellers to confirm that the product they are offering is manfufactured by a small business in accordance with the Non-Manufacturer Rule). 6. Response Date: Seven (7) Business Days after date of posting. 7. Place of Delivery/Performance: U.S. Army Research Laboratory Shipping & Receiving Aberdeen Proving Ground Aberdeen, MD 21005 8. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) The solicitation number is W911QX24Q0017. This acquisition is issued as an request for quotation (RFQ) (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01. (iv) The associated NAICS code is 334516. The small business size standard is 1000 Employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Femtosecond laser micromachining station CLIN 0002: On-site Installation CLIN 0003: On-site Training CLIN 0004: Shipping & Handling (vi) Description of requirements: The Government requires one (1) femtosecond laser micromachining station with the following minimum specifications: (1a) Laser source characteristics shall have: 1. All solid state diode pumped laser 2. Laser emission wavelength of 1035 nanometer (nm) or shorter 3. Laser pulse duration less than 300 femtosecond (fs) 4. Laser repetition rate of 100 kilohertz (kHz) or greater 5. Average power of 5 watt (W) or greater 6. Beam quality (M2) < 1.5 7. Beam pointing stability better than 30 microradians per degree Celsius (?rad/°C) 8. Pulse to pulse energy noise less than 1% root mean square (RMS) over 8 hours 9. Air cooled with no external chiller. (1b) Laser Optics shall have: 1. F-theta final objective between 50 millimeter (mm) and 200 mm focal length 2. Laser spot size between 15 and 25 micrometer (?m) 3. Maximum laser fluence of 5 joules per square centimeter (J/cm2) or greater 4. Laser scanning capability using 2-axis galvo scanner 5. Laser scan area of at least 10 mm by 10 mm 6. Motorized attenuator for precise tuning of laser power delivered to sample with 1% resolution or better 7. Maximum laser scan speed greater than 250 millimeter per second (mm/s) 8. Laser scan resolution better than 1 ?m 9. High damage resistant coatings optimized for laser wavelength (1c) Motion Control shall have: 1. X-Y stage with (1) accessible specimen area of 100 mm by 100 mm or greater; (2) positioning accuracy of 2.5 ?m or better; (3) maximum speed greater than 100 mm/s 2. Z-axis motion with (1) range of 100 mm or greater; (2) positioning accuracy of 5 ?m or better; (3) travel break 3. Tilt axis with (1) range of motion +/- 90 degrees; (2) position accuracy of 0.6 milliradian (mrad) or better 4. Stages with total specimen weight capacity of 1 kilogram (kg) or greater. (1d) Enclosure and Infrastructure shall have: 1. Interlocked Class I laser enclosure with status indicator lighting and emergency stop 2. Granite platform base 3. Capable of operating on standard 120/240 volts alternating current (VAC) dedicated circuit 4. Enclosure must be installable through standard 72” wide double door 5. Integrated debris handling in a pull configuration (1e) Software and Controls shall have: 1. Fully integrated control PC and software displays 2. Interated computer-aided design (CAD)/computer-aided manufacturing (CAM)CAD/ software 3. CAD import standard file formats (DXF, DWG, STL, STP, IGES) 4. Hatching and contour tool paths 5. Scripting/macro functions 6. Virtual joystick state motion controls 7. Integrated digital distance measurement 8. In-line video camera 9. Off-axis video camera 10. Live video feed with light emitting diode (LED) illumination 11. Laser autofocus with 25 ?m accuracy or better 12. User access levels (1f) Installation and Training shall include: 1. On-site installation included 2. Minimum of 1 day on-site training 3. Minimum 1 year warranty (1g) Optional Characteristics shall have: 1. Integrated debris handling in a push-pull configuration 2. Rotation axis with (1) 360 degree travel; (2) position accuracy of 0.6 mrad or better; (3) placed above the tilt axis. 3. Laser with variable pulse length from <300 fs to > 1 picosecond (ps) 4. Second harmonic generator unit with (1) wavelength less than 600 nm; (2) pulse length <300 fs; (3) repetition rate of at least 200 kHz 5. Integrated power meter capable of measuring power delivered to the sample 6. Automatic sample positioning and detection 7. Ability to add additional motion axes in the future 8. User accessible compressed air/gas manifold within the Class I Enclosure (vii) Delivery is required six (6)weeks after contract award (ACA). Delivery shall be made to At ABERDEEN PROVING GROUND truck shipments are accepted Monday through Friday (except holidays) from 8:00 AM to 3:30 PM only at Logistics Warehouse, Building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005. To coordinate/schedule deliveries, contact Bldg. 321 at 410-278-4406. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. The following addenda have been attached to this provision: N/A (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government’s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government’s minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance): Price Technical Capabilities/Specification Past Performance (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. N/A (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause. N/A (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR: 52.203-6 Alt I: RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (JUN 2020) 52.204-10: REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018) 52.204-25: PROHIBITON ON CONTRACTING FOR CERTAINTELECOMMUNICATIONS AND SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 52.204-27: PROHIBITION ON A BYTEDANCE COVERED APPLICATION (JUN 2023) 52.209-6: PROTECTING THE GOVERNMENT’ INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021) 52.209-9: UPDATES OF PUBLICY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018) 52.219-6: NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (MAR 2020) 52.219-8: UTILIZATION OF SMALL BUSINESS CONCERNS (DEVIATION 2023-O0002) (DEC 2022) 52.219-14: LIMITATIONS ON SUBCONTRACTING (OCT 2022) 52.219-28: POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021) 52.219-33: NONMANFACTURER RULE (SEP 2021) 52.222-3: CONVICT LABOR (JUN 2003) 52.222-19: CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022) 52.222-21: PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26: EQUAL OPPORTUNITY (SEP 2016) 52.222-35: EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) 52.222-36: AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-37: EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016) 52.222-40: NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) 52.222-50: COMBATING TRAFFICKING IN PERSONS (NOV 2021) 52.223-18: ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13: RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33: PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION (OCT 2018) DFARS: *252.203-7005: REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7015: DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) *252.204-7016: COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (DEC 2019) *252.204-7017: PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (DEC 2019) 252.204-7018: PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2021) 252.204-7022: EXPEDITING CONTRACT CLOSEOUT (MAY 2021) *252.215-7008: ONLY ONE OFFER (JUL 2019) 252.223-7008: PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7001: BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM 252.225-7007: PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES (DEC 2018) 252.225-7012: PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2017) 252.225-7048: EXPORT-CONTROLLED (JUNE 2013) 252.225-7052: RESTRICTION ON THE ACQUISITION OF CERTAIN MAGNETS AND TUNGSTEN (JAN 2023) *252.225-7055: REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (MAY 2022) 252.225-7056: PROHIBITION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (JAN 2023) 252.226-7001: UTILIZATION OF INDIAN ORGANIZATIONS, AND INDIAN-OWNED ECONOMIC ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS (APR 2019) 252.232-7010: LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.243-7002: REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012) 252.244-7000: SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.246-7008: SOURCES OF ELECTRONIC PARTS (MAY 2018) 252.247-7023: TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): FAR PROVISIONS: 52.204-7: SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-16: COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020) 52.204-20: PREDECESSOR OF OFFEROR (AUG 2020) 52.204-24: REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 52.204-26: COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (OCT 2020) 52.209-7: INFORMATION REGARDING RESPONSIBIITY MATTERS (JUL 2013) 52.233-2: SERVICE OF PROTEST (SEP 2006) 52.252-1: SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) FAR/DFARS CLAUSES: 52.201-1: DEFINITIONS (JUN 2020) 52.203-3: GRATUITIES (APR 1984) 52.204-13: SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-18: COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 52.204-19: INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.204-21: BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (NOV 2021) 52.232-39: UNEFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.233-1: DISPUTES (MAY 2014) 52.243-1: CHANGES—FIXED PRICE (AUG 1987) 52.247-34: F.O.B. DESTINATION (NOV 1991) 52.252-2: CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.203-7000: REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7002: REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) 252.204-7000: DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7003: CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.204-7004: DOD ANTITERRORISM AWARENESS FOR CONTRACTORS (FEB 2019) 252.204-7012: SAFEGUARDING COVERDED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (DEC 2019) 252.211-7003: ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022) 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) ADELPI LOCAL INSTRUCTION PROVISIONS: EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS ADELPHI LOCAL INSTRUCTION CLAUSES: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATE (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM – APG AT-OPSEC REQUIREMENTS DISTRIBUTION STATEMENT A DFARS COMMERCIAL CLAUSES (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: a. In accordance with FAR 32.003, the Government cannot provide contract financing for this acquisition. (xvi) Offers are due seven (7) calendar days after date of posting, by 11:59 (noon) Eastern Standard Time (EST), at crystal.l.demby.civ@army.mil (xvii) For information regarding this solicitation, please contact Crystal Demby (crystal.l.demby.civ@army.mil).
Data sourced from SAM.gov.
View Official Posting »