SOLICITATION NOTICE
58 -- Optical Spectrum Analyzer
- Notice Date
- 9/10/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-10-Q-0556
- Archive Date
- 10/1/2010
- Point of Contact
- Charlene Booth, Phone: 315-330-3536
- E-Mail Address
-
charlene.booth@rl.af.mil
(charlene.booth@rl.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items to be acquired under FAR Part 13 Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100820. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is a Total Small Business Set-Aside. The NAICS code is 334515 and small business size standard is 500 employees. The contractor shall provide the following items on a Firm Fixed Price (FFP) basis. Offerors shall specify the warranty term and include shipping FOB Destination in the total price. ITEM 1: OPTICAL SPECTRUM ANALYZER QTY: 1 P/N: 810804600DFCRFC / OR EQUAL SPECIFICATIONS: INCLUDES CONNECTOR ADAPTER FOR FC, UNIVERSAL ADAPTER FOR FC, NIST CALIBRATION CERTIFICATE AND STICKER. MEASUREMENT WAVELENGTH RANGE: 600 TO 1700 NM / WAVELENGTH RESOLUTION: AT LEAST 0.01 NM / WAVELENGTH ACCURACY: 2% (RES.: 0.1NM OR WIDER, 1450 TO 1620NM) DYNAMIC RANGE: 60DB (100PM FROM PEAK AT 1523NM, RES.: 0.01NM) 70DB (200PM FROM PEAK AT 1523NM, RES.: 0.01NM) / MEASUREMENT RANGE: -90DB TO +20DB LEVEL SENSITIVITY: -90DBM (1250 TO 1620NM) / -80DBM (1000 TO 1250NM) -60DBM (800 TO 1000NM) / 13 BUILT-IN AUTO ANALYSIS FUNCTIONS FOR SPECTRAL WIDTH (THRESHOLD, ENVELOPE, RMS, PEAK RMS, NOTCH); WDM (OSNR) ANALYSIS, EDFA-NF ANALYSIS, FILTER PEAK/BOTTOM ANALYSIS, WDM FILTER PEAK/BOTTOM ANALYSIS, DFB-LD ANALYSIS, FP-LD ANALYSIS, LED ANALYSIS, SMSR ANALYSIS, POWER ANALYSIS, PMD ANALYSIS AND PASS/FAIL JUDGMENT. / APPLICABLE FIBER: SM 9/125, GI 50/125, AND GI 62.5/125 / MULTIMODE FIBER TEST CAPABILITY (UP TO GI 62.5/125M) Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The estimated delivery date is 30 days after award. The place of delivery, acceptance, and FOB Destination point is Air Force Research Lab, 148 Electronic Pkwy, Rome NY, 13441. The following provisions and clauses apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due by 3 PM (ET) Thursday 16 SEP 2010. Submit by email to charlene.booth@rl.af.mil, by fax to 315-330-2555, or by mail to AFRL/RIKO, Attn: Charlene Booth, 26 Electronic Pkwy, Rome NY 13441-4514. (b)(4) Submit a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in this solicitation. This may include product literature, or other documents, if necessary. (b)(10) No past performance information is required. (b)(11) INCLUDE A STATEMENT VERIFYING that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. This clauses applies to certain products with unit price of $5,000 or greater. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within two (2) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. 52.212-2, Evaluation -- Commercial Items. In addition to the information in paragraph (a), the following factors shall be used to evaluate offers: (i) PRICE and (ii) TECHNICAL CAPABILITY. Both factors are of equal importance. 52.212-3, Offeror Representations and Certifications -- Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Offerors are required to submit paragraph (B) of this provision with their quote. 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. The following additional FAR clauses cited within the clause also apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional DFARS clauses cited within the clause also apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.227-7015, Technical Data - Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea Alternate III 252.247-7024, Notification of Transportation of Supplies by Sea The following additional FAR and FAR Supplements provisions and clauses also apply: 52.211-6, Brand Name or Equal 252.211-7003, Item Identification and Valuation 252.225-7000, Buy American Act - Balance of Payments Program Certificate 252.232-7010, Levies on Contract Payments 5352.201-9101, OMBUDSMAN with the following filled in: Karen Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires payment requests to be submitted and processed electronically. Offerors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow-Receipt and Acceptance (https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. The following Defense Priorities and Allocations System (DPAS) has assigned the following rating DO-A7 to this effort. All responsible organizations may submit a quote which shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-Q-0556/listing.html)
- Place of Performance
- Address: Air Force Research Laboratory, Rome, New York, 13441, United States
- Zip Code: 13441
- Zip Code: 13441
- Record
- SN02276786-W 20100912/100911000124-355ecbb0fe5117de21cddb51592b8fbe (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |