Procurement of Vaisala FD70 Std. commercial FD70 / Notice of intent to Sole Source
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: Jul 12, 2023 11:59 am EDT
- Original Date Offers Due: Jul 16, 2023 12:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jul 31, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 6650 - OPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIES
- NAICS Code:
- 334519 - Other Measuring and Controlling Device Manufacturing
- Place of Performance: MAUSA
Description
Notice of Intent to Sole Source Under FAR 13.106-1 (b)(1)(i)
The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (DOT/Volpe Center) Cambridge, MA, intends to solicit and award a sole source purchase order in accordance with FAR 13.106-1(b)(1)(i) to Vaisala, Inc for the procurement of the Vaisala FD70 Std. commercial FD70 and associated components. See attached Sole Source SAP Justification for explanations of the sole source determination. Addition information on the Buy American statute exception of this procurement can be found on MadeinAmerica.Gov.
Responsible parties, who believe they can provide the product required in this combined synopsis please respond to the Government POC by 12:00 PM Eastern Time July 17th, 2023. Responses shall include contractors’ capabilities to provide the product outlined and show they are an authorized distributor.
Combined Synopsis/Solicitation
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. 6913G623Q300055 is issued as a Request for Quotation (RFQ).
This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2023-04, effective 06/03/2023. The NAICS Code is 334519; the Small Business size standard is 600 employees.
The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center) Cambridge, MA, intends to solicit and award a sole source purchase order to Vaisala, Inc, in accordance with FAR 13.106-1(b)(1)(i). The Volpe Center has a requirement for the procurement of the Vaisala FD70 Std. commercial FD70 and associated components.
This combined synopsis/solicitation hereby incorporates all Federal Acquisition Regulation (FAR) provisions and clauses contained herein.
The FAR provisions and clauses cited in this notice can be viewed at http://www.acquisition.gov/far.
All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (attached). An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically in the System for Award Management (SAM) accessed through http://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision. All Contractors must be registered in SAM in order to receive an award from a DOT Agency.
52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
52.203-12 Limitation on Payments to Influence Certain Federal Transactions
52.204-7 System for Award Management
52.204-8 Annual Representations and Certifications
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-17 Ownership or Control of Offeror
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications.
52.204-20 Predecessor of Offeror
52.204-22 Alternative Line Item Proposal
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
52.204-26 Covered Telecommunications Equipment or Services Representation
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony
Conviction under any Federal Law
52.211-14 Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use
52.212-4 Contract Terms and Conditions--Commercial Items
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—
Commercial Items
52.215-8 Order of Precedence—Uniform Contract Format
52.222-3 Convict Labor
52.222-19 Child Labor—Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-22 Previous Contracts and Compliance Reports
52.222-25 Affirmative Action Compliance
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
52.223-6 Drug-Free Workplace
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.224-27 Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R- of Pub. L. 117-328)
52.232-8 Discounts for Prompt Payment
52.232-33 Payment by Electronic Funds Transfer—System for Award Management
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-1 Disputes
52.233-3 Protest after Award
52.233-4 Applicable Law for Breach of Contract Claim
52.246-4 Inspection of Services—Fixed Price
52.247-34 F.O.B. Destination
52.252-1 Solicitation Provisions Incorporated By Reference
52.252-2 Clauses Incorporated By Reference
52.252-5 Authorized Deviations in Provisions
52.252-6 Authorized Deviations in Clauses
The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Christopher Dooley, V-222, 55 Broadway, Cambridge, MA 02142. The signed offer must be submitted via e-mail to the contracting officer Christopher.Dooley@Dot.gov . The time for receipt of offers is 12:00 PM Eastern Time July 17th, 2023. No telephone requests will be honored.
Attachments/Links
Contact Information
Contracting Office Address
- OFFICE OF ACQUISITIONS 220 Binney Street
- CAMBRIDGE , MA 02142
- USA
Primary Point of Contact
- Christopher Dooley
- christopher.dooley@dot.gov
Secondary Point of Contact
History
- Jul 31, 2023 11:55 pm EDTCombined Synopsis/Solicitation (Original)