Skip to main content

An official website of the United States government

You have 2 new alerts

NOTICE of INTENT TO SOLICT ONLY ONE SOURCE: High Voltage Breakdown Measurement System

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Aug 13, 2024 12:25 pm EDT
  • Original Date Offers Due: Aug 21, 2024 11:59 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 05, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
  • Place of Performance:
    Adelphi , MD 20783
    USA

Description

(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.

NOTICE: The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.501(a). The name of the company the Government intends to award a contract to is Tektronix 14150 SW Karl Braun Drive, Beaverton, OR 97077. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation.

                    (ii)  The solicitation number is W911QX-24-Q-0265. 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 2024-06 effective July 30, 2024.

                    (iv)  The associated NAICS code is 334515.  The small business size standard 750 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: See attachment "Combination Synopsis-Solicitation for Commercial Purchases" for specific Requirement with Part Nos

Qty one (1) each High Voltage Breakdown Measurement System composed of the following:

  1. Qty Two (2) SYSTEM SOURCEMETER - DUAL 6 CHANNEL, 200V, LOW CURRENT
  2. Oty One (1) License; ACS Basic Software; Perpetual; 0 Floating
  3. Qty Six (6) 3 SLOT TRIAX CABLE, 3FT
  4. Qty Two (2) SAFETY INTERLOCK CABLE,2-METERS-LONG
  5. Qty Two (2) 1A / 200V PROTECTION MODULE SPECIFICATION
  6. Qty Six (6) 3-SLOT MALE TRIAX TO BNC ADAPTER (GUARD REMOVED)
  7. Qty Four (4) LOW NOISE BNC INPUT CABLE 1.2M
  8. Qty Seven (7) ACS APPS ENGINEERING, DAILY
  9. Shipping to Adelphi, MD

                    (vi)  Description of requirements: See section 8(v) above.

                    (vii) Delivery is required by 6 September 2024Delivery shall be made to U.S. Army Research Laboratory 2800 Powder Mill Rd, Building 207 Adelphi, MD 20783. Acceptance shall be performed at U.S. Army Research Laboratory 2800 Powder Mill Rd, Building 207 Adelphi, MD 20783. The FOB point is U.S. Army Research Laboratory 2800 Powder Mill Rd, Building 207 Adelphi, MD 20783.

                    (viii) The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition.  The following addenda have been attached to this provision: None.

                    (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:  N/A

                    (x)  Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.

                    (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: None

                    (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 Clauses[CM1] 

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020)

52.204-25, Prohibition of Contracting for Certain Telecomunications and Video Survillance Services (NOV 2021)

52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023)

52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021

52.219-28, Post-Award Small Business Program Rerepresentation (MAR 2023)

52.222-3, Convict Labor (JUN 2003)

52.222-19, Child Labor—Cooperation with Authorities and Remedies  (FEB 2024)

52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020)

52.222-50, Combating Trafficking in Persons (NOV 2021)

52.223-23, Sustainable Products and Services (MAY 2024)

52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021)

52.232-33, Payment by Electronic Funds Transfer—System for Award Management (OCT 2018)

DFARS Provisions

252.203-7005, Representation Relating to Compensation of Former DoD Officials (SEP 2022)

252.204-7016, Covered Defense Telecommunications Equipment or Services—Representation (DEC 2019)

252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (MAY 2021)

252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2023)

252.225-7000, Buy American--Balance of Payments Program Certificate—Basic (FEB 2024)

252.225-7055, Representation Regarding Business Operations with the Maduro Regime (MAY 2022)

DFARS Clauses

252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011)

252.203-7002, Requirement to Inform Employees of Whistleblower Rights (DEC 2022)

252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023)252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023)

252.204-7020, NIST SP 800-171 DoD Assessment Requirements (NOV 2023)

252.211.7003, Item Unique Identification and Valuation (JAN 2023)

252.223-7008, Prohibition of Hexavalent Chromium (JAN 2023)

252.225-7001, Buy American and Balance of Payments Program—Basic (FEB 2024)

252.225-7007, Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies (DEC 2018)

252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023)

252.232-7010, Levies on Contract Payments (DEC 2006)

252.244-7000, Subcontracts for Commercial Products or Commercial Services (NOV 2023)

252.246-7008, Sources of Electronic Parts (JAN 2023)

252.247-7023, Transportation of Supplies by Sea—Basic (JAN 2023)

                    (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)

52.204-17, Ownership or Control of Offeror (AUG 2020)

52.204-20, Predecessor of Offeror (AUG 2020)

52.204-22, Alternative Line Item Proposal (JAN 2017)

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)

52.212-1, Instructions to Offerors—Commercial Products and Commercial Services (SEP 2023)

52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services (MAY 2024)

52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services--Alternate I (FEB 2024)

52.219-1, Small Business Program Representations (FEB 2024)

52.222-22, Previous Contracts and Compliance Reports (FEB 1999)

52.222-25, Affirmative Action Compliance (APR 1984)

52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications (JUN 2020)

52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024)

52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998)

52.252-5, Authorized Deviations in Provisions (NOV 2020)

FAR Clauses

52.204-13, System for Award Management Maintenance (OCT 2018)

52.204-18, Commercial and Government Entity Code Maintenance (AUG 2018)

52.204-19, Incorporation by Reference of Representations and Certifications (DEC 2014)

52.222-20, Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 (JUN 2020)

52.222-24, Prohibition of Segregated Facilities (APR 2015)

52.222-26, Equal Opportunity (SEP 2016)

52.223-23, Suntainable Products and Services (MAY 2024)

52.232-1, Payments (APR 1984)

52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013)

52.232-40, Providing Accelerated Payments to Small Business Subcontractors

52.247-34, F.o.b. Destination (NOV 1991)

52.252-2, Clauses Incorporated by Reference (FEB 1998)

DFARS Provisions

252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors (JAN 2023)

252.204-7024, Notice on the use of the Supplier Performance Risk System (MAR 2023)

DFARS Clauses

252.204-7000, Discolure of Information (OCT 2016)

252.204-7003, Control of Government Personnel Work Product (SEP 2022)

252.225-7048, Export-Controlled Items (JUN 2013)

252.232-7006, Wide Area Workflow Payment Instructions (JAN 2023)

252.243-7001, Pricing of Contract Modifications (DEC 1991)

Adelphi Local Provisions and Clauses

Clauses:

ACC - APG POINT OF CONTACT

TECHNICAL POINT OF CONTACT

TYPE OF CONTRACT (Reference: 52.216-1)

DISTRIBUTION STATEMENT

GOVERNMENT INSPECTION AND ACCEPTANCE

TAX EXEMPTION CERTIFICATE (ARL)

RECEIVING ROOM REQUIREMENT - ALC

Provisions:

INTENT TO SOLICIT ONLY ONE SOURCE

EXCEPTIONS OR CONDITIONS CONTAINED IN OFFEROR'S PROPOSAL

AWARD OF CONTRACT

ADELPHI CONTRACTING DIVISION WEBSITE

FOREIGN NATIONALS PERFORMING UNDER CONTRACT

PAYMENT TERMS

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:  In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition.

                    (xvi)  Offers are due on Five (5) Business Days After Date of Posting by 11:59am, via email to the Contract Specialist listed in xvii.

                    (xvii)  For information regarding this solicitation, please contact David Erb, 301-394-2895, David.j.erb4.civ@army.mil.

Contact Information

Contracting Office Address

  • KO BLDG 102 AMSSB ACC 2800 POWDER MILL RD
  • ADELPHI , MD 20783-1197
  • USA

Primary Point of Contact

Secondary Point of Contact

History