SOLICITATION NOTICE
66 -- Pulse Picking System
- Notice Date
- 3/20/2014
- 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, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-14-T-0117
- Point of Contact
- Scott E. Stahl, Phone: 9375224503
- E-Mail Address
-
scott.stahl@wpafb.af.mil
(scott.stahl@wpafb.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Pulse Picking System-FA8601-14-T-0117. The U.S. Air Force requires a contractor to provide a pulse picking system with all the associated power supplies, optics, and cabling. The anticipated award is Firm Fixed Price- Best Value. 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. The solicitation number is FA8601-14-T-0117 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This acquisition set aside 100% for Small Business under North American Industry Classification (NAICS) Code 334515, size standard of 500 Employees. This RFQ has one line item: CLIN 0001: Pico Second Pulse Picking system - Model 25D Driver, DC-to-30MHZ Bandwidth, 8ns Rise/Fall Time, 175V (Part Number 25D or equal) - Model 305 Synchronous Countdown System (Part Number 305 or equal) - Model 360-80-02 LTA Series E-O Modulator for use at 700-1000nm (Part Number 360-80-02 or equal) - Model 102 Adj. Modulator with Mount 103 Alignment Tool (Part Number 102 or equal) - Include the applicable power supplies, optics, and cabling for the proposed units. Quotes must contain the following: - Price quote - A complete description of the items to be provided with an estimated time table of completion - Evidence of completed Representations and Certifications - Completed DFARS 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal year 2014 Appropriations (Deviation 2014-OO0009) (Feb 2014) (Attachment 2) Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (Apr 2012), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in the System for Award Management (SAM) at https://www.sam.gov and completing the on-line Representations and Certifications. Quotations MUST contain a complete description of services offered to clearly show services meet the requirements listed in the Statement of Work, Attachment 1, hereto. Quotations shall provide a point-by-point comparison to each item listed in the Statement of Work. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets minimum requirements" is unacceptable and will not be considered for potential acceptance. 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 requirements. The lowest priced technically acceptable offer will be awarded the contract. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Contract financing is NOT provided for this acquisition. Quotations must identify payment terms as Net 30. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror whose quote is conforming to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. 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/. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors (June 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-3, Contractor Representations and Certifications (Alt 1) (May 2011) (Full-text copy - attachment 1 to this RFQ); Use Alt I 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far); 52.252-3 Alterations in Solicitation (Apr 1984) 52.252-5 Authorized Deviations in Provisions (Apr 1984) The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Jul 2012) The clauses that are check marked as being applicable to this purchase are: - 52.219-28, Post Award Small Business Program Representation (Apr 2012); - 52.222-3, Convict Labor (June 2003); - 52.222-19, Child Labor-Cooperation With Authorities and Remedies (Jan 2014) - 52.222-21, Prohibition of Segregated Facilities (Feb 1999); - 52.222-26, Equal Opportunity (Mar 2007); - 52.223-18 Encouraging Contractor Policies to Ban Text Messages While Driving (Aug 2011); - Buy American and Balance Of Payments Program (Dec 2012); - 52.225-13, Restrictions on Certain Foreign Purchases (Jan 2008); - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) [end fill in for 52.212-5]; 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far) 52.252-4, Alterations in Contract (Apr 1984)(FAR 52.212-4(j) is marked Reserved. The following DFARS Clauses/Provisions, either by reference or full text, apply to this acquisition: DFARS 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal year 2014 Appropriations (Deviation 2014-OO0009) (Feb 2014) (Attachment 2) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep2011); 252.232-7003 Electronic Submission of Payment Requests (Jun 2012); 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84) 252.247-7023 Transportation of Supplies by Sea (May 2002) Alt III 252.232-7006 Wide Area Workflow Payment Instructions (Jun 2012) 252.232-7010 Levies on Contract Payments (Dec 2006) The following AFFARS Clauses, either by reference or full text, apply to this acquisition: AFFARS 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007) AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. 1. DFARS 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal year 2014 Appropriations (Deviation 2014-OO0009) (Feb 2014) (Attachment 2) Quotations (with all of the requested information as specified above) AND completed representations and certifications, if not available in SAM, are due by 12:00 pm (Eastern) on 28 March 2014 to: Scott Stahl AFLCMC/ PZIOB E-mail: scott.stahl@us.af.mil Mailing Address: ATTN: Scott Stahl AFLCMC/PZIOB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Quotations may be sent via email or postal service using the above contact information. Questions should be directed to at scott.stahl@us.af.mil. Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-14-T-0117 Pulse Picking System". Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe, or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson AFB. If sending attachments with e-mail, ensure only.PDF,.doc,.docx,.xsls, or.xls documents are sent. The e-mail filter may delete any other form of attachments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-14-T-0117/listing.html)
- Place of Performance
- Address: Wright-Patterson AFB, Ohio, United States
- Record
- SN03315998-W 20140322/140320235047-3cc8dacfc753f7762295e46baac27a62 (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 |