66--Picoquant - Microtime 200 system
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
THIS IS A SINGLE SOURCE SYNOPSIS PUBLISHED FOR INFORMATIONAL PURPOSES ONLY.
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items and was prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-18-T-Z115. The solicitation documents and incorporates provisions and clauses in effect through FAC 2005-97 and DFARS Publication Notice 20161222.
It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 333314 and the Small Business Size Standard is $32.5M
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk (FLCN), Contracting Department, Detachment Philadelphia hereby provides notice of its intent to award a single source, firm-fixed-price (FFP) contract to Picoquant Photonics America, Inc. (Address: 9 Trinity Drive West Springfield, MA 01089). The Government intends to solicit and negotiate with only one source under the authority of FAR 13.103-1(b), Soliciting from a Single Source.
The requirement is being processed on behalf of the United States Naval Academy.
The contractor is to provide the support required to provide the materials below. Place of deliver is USNA 290 Buchanan Road Annapolis, MD 21402-5045.
The Government will NOT be responsible for any costs incurred by interested parties in responding to this notice.
The CLIN structure is as follows:
CLIN 0001 –Microtime 200- ($357,100)
.
The following FAR provision and clauses are applicable to this procurement:
52.204-7 System for Award Management OCT 2016
52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011
52.204-13 System for Award Management Maintenance OCT 2016
52.204-16 Commercial and Government Entity Code Reporting JUL 2016
52.204-18 Commercial and Government Entity Code Maintenance JUL 2016
52.204-21 Basic Safeguarding of Covered Contractor Information Systems JUN 2016
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FEB 2016
52.212-1 Instructions to Offerors--Commercial Items OCT 2016
52.212-3 Offeror Representations and Certifications--Commercial Items DEC 2016
52.212-4 Contract Terms and Conditions -- Commercial Items May 2015
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items Dec 2016
52.217-9 Option to Extend the Term of the Contract MAR 2000
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013
52.233-3 Protest After Award AUG 1996
52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984
52.247-34 F.O.B.
Destination NOV 1991
52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998
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
252.203-7003 Agency Office of the Inspector General DEC 2012
252.203-7005 Representation Relating to Compensation of Former DOD Officials NOV 2011
252.204-7003 Control Of Government Personnel Work Product APR 1992
252.204-7004 Alt A System for Award Management Alternate A FEB 2014
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016
252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014
252.225-7048 Export-Controlled Items JUN 2013
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012
252.232-7006 Wide Area Workflow Payment Instructions May 2013
252.232-7010 Levies on Contract Payments DEC 2006
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013
252.244-7000 Subcontracts for Commercial Items JUN 2013
252.247-7023 Transportation of Supplies by Sea APR 2014
252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000
The announcement will close at 1200 Eastern Standard Time (EST) on 11 May 2018.
This notice is for informational purposes only as only Picoquant is being solicited for this requirement.
******* End of Combined Synopsis/Solicitation ********