SOLICITATION NOTICE
66 -- RF Blocking Enclosure - DFARS 252.209-7994
- Notice Date
- 12/18/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-14-T-0040
- Archive Date
- 12/28/2013
- Point of Contact
- Emmeline J. Spaulding, Phone: 9375224565
- E-Mail Address
-
emmeline.spaulding@us.af.mil
(emmeline.spaulding@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DFARS 252.209-7994 This is a combined synopsis/solicitation for an RF blocking enclosure. In accordance with the format in Federal Acquisition Requirements (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. The solicitation number for this requirement is FA8601-14-T040 using FAR Subpart 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-71, 25 NOV 2013. This acquisition is going to be a small business set aside under North American Industry Classification System Code 334516. Size standard is 500. The AFLCMC/PZIOA Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for an RF Blocking Enclosure. The requirements are as stated below: Provide an anechoic chamber. The chamber must meet the following requirements: 1) Capable of controlled spectral isolation to the following levels: -110dB @ 1GHz -100dB @ 3GHz -95dB @ 6GHz -80dB @ 18GHz 2) Must contain an RF absorbent foam liner 3) Must support multiple interchangeable I/O interface bulkhead plates (minimum of four) 4) Minimum interior dimensions of 23" x 23" x 23" 5) Must contain standard interface connections of the following type and quantity: Type Quantity BNC 10 SMA 10 DB9 3 DB50 1 RJ45-DB9 1 USB-DB9 1 Six terminal power assembly (250V) 1 Six terminal power assembly (100V) 1 80MM ventilation fan 1 6) FOB destination Quotations need to adhere to FAR 52.212-1, Instructions to Offerors- Commercial; and include a completed FAR 52.212-3, Representations and Certifications. In addition the reps and cert in FAR 52.212-3 fill-in must be completed and returned with quote. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability and Price. The quotations may be in any format but MUST include: 1. Proposing company's name, address, and phone 2. Point of contact's name, phone, and email 3. Quotation number & date 4. Item price 5. Total price 6. Shipping (FOB Destination) 7. Payment terms are Net 30 after delivery and acceptance 8. Applicable discounts 9. Timeframe that the quote is valid 10. Delivery Schedule 11. Warranty Information (if applicable). 12. Completed FAR 52.212-3, Representations and Certifications 13. Completed DFAR 252.209-7994 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law Quotations MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System For Award Management (SAM). You may contact SAM at 1-866-606-8220, or https://www.sam.gov Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial FAR 52-212-3, Representations and Certifications The following clauses are incorporated by reference and apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards. FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference FAR 52.252-5 Authorized Deviations in Provisions FAR 52.252-6 Authorized Deviations in Clauses DFARS 252.209-7994 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (attached) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.232-7006 Wide Area Work Flow (WAWF) Electronic Invoicing Instructions AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances ASC/PKO H-002, Delivery Procedures Commercial Vehicles All Quotations and responses must be received no later than 10:00 AM, Eastern Time on 27 December 2013. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herin, which will also be the terms & conditions of resulting contract. Please email to Emmeline.spaulding@us.af.mil. Any questions should be directed to Emmeline Spaulding at (937) 522-4565 or Emmeline.spaulding@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-14-T-0040/listing.html)
- Place of Performance
- Address: WPAFB, WPAFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN03254273-W 20131220/131218235202-f164ddd0feb8019eb9fb294d1e70d2fb (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 |