MODIFICATION
66 -- Signaling Unit
- Notice Date
- 3/2/2012
- Notice Type
- Modification/Amendment
- 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
- FA8751-12-Q-0196
- Archive Date
- 3/24/2012
- Point of Contact
- Andrey Selyuzhitskiy, Phone: 315-330-4434
- E-Mail Address
-
Andrey.Selyuzhitskiy@rl.af.mil
(Andrey.Selyuzhitskiy@rl.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT 01 DATED 02 MAR 2012. The response date is changed to 3 PM (ET) FRI 09 MAR 2012. FAR 52.212-1(b) is revised accordingly. All other terms and conditions remain the same. --- 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. Quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-12-Q-0196 is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20120130. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is set-aside for small business. 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. All of the items listed below are to be delivered with a government provided MD8470A Signaling Tester (serial # to be provided to contract awardee). The MD8470A Signaling Tester will be shipped to the contractor at the government's expense. ITEM 1: Wideband-CDMA (W-CDMA) Signaling Unit QTY: 2 PART #: MU847010B (OR EQUAL) DESCRIPTION: This hardware unit simulates the operation of W-CDMA base stations and is compatible with the MD8470A Signaling Tester. ITEM 2: W-CDMA Ciphering Software QTY: 1 PART #: MX847011A (OR EQUAL) DESCRIPTION: This software is required to test the W-CDMA ciphering function. It supports the standard ciphering algorithm in 3GPP. ITEM 3: Multi-cell Network Simulator QTY: 1 PART #: MX847016A (OR EQUAL) DESCRIPTION: The Multi-cell Network Simulator software simulates interactive base station operations for a 2-cell W-CDMA/W-CDMA, GSM/GSM, and W-CDMA/GSM environment to support cell selection, cell reselection and handover tests for each service. The GUI supports simple setting of network parameters without needing to create complex test scripts. ITEM 4: Support Service (One Year) QTY: 1 PART #: MX847010A-20 (OR EQUAL) DESCRIPTION: This software maintenance covers response to inquiries from users and provision of maintenance releases. ITEM 5: Standard Calibration for MD8470A QTY: 1 PART #: MD8470A-FPStdCal (OR EQUAL) DESCRIPTION: Calibration of the MD8470 unit with the new and existing components. ITEM 6: Storage Replacement QTY: 1 DESCRIPTION: This is to provide new hard drive and compact flash components for standard system operation. The old storage devices are not available. The contractor shall provide hard drive and compact flash components that meet or exceed those available in new MD8470A signaling testers. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The anticipated delivery date is within 2 months After Receipt of Order (ARO). Products must be delivered FOB Destination. The place of delivery, acceptance, and FOB destination point is F4HBL1/Transportation Officer, Depot 2, 148 Electronic Pkwy. Rome NY, 13441-4516. The provision at 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) FRI 09 MAR 2012. Submit by email to Andrey.Selyuzhitskiy@rl.af.mil, by fax to 315-330-7049, or by mail to AFRL/RIKO, Attn: Andrey Selyuzhitskiy, 26 Electronic Pkwy, Rome NY 13441-4514. Offerors are encouraged to submit their quotes using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the requirements in the solicitation. (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 four days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation -- Commercial Items applies. In addition to the information in paragraph (a), the following factors shall be used to evaluate offers: PRICE and TECHNICAL ACCEPTABILITY. The government intends to award a contract to the lowest priced, technically acceptable offeror. The representations and certifications found in the provision at 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. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their quotes. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business 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 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition: 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 and Receiving Reports 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: 52.245-1, Government Property 52.245-9, Use and Charges 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country 252.225-7000, Buy American Act - Balance of Payments Program Certificate 252.225-7002, Qualifying Country Sources as Subcontractors 252.232-7010, Levies on Contract Payments 5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors 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 (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit quotes, which shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-12-Q-0196/listing.html)
- Record
- SN02687582-W 20120304/120302234248-6e5afb1680c920f3917a15455df8ddda (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 |