Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2015 FBO #5017
SOLICITATION NOTICE

59 -- Signal Analyzer & Waveguide Harmonic Mixer - Attachment #1

Notice Date
8/17/2015
 
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 Material Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-15-Q-0301
 
Archive Date
9/15/2015
 
Point of Contact
Brooke Hoffman, Phone: 315-330-3979, Bryant (Lackland) Soule, Phone: 315-330-4723
 
E-Mail Address
Brooke.Hoffman@us.af.mil, bryant.soule@us.af.mil
(Brooke.Hoffman@us.af.mil, bryant.soule@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Reps and Certs Fill-in 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; Proposals 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 FA8751-15-Q-0301 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20150626. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is unrestricted. 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 basis including the cost of shipping FOB Destination in accordance with the requirements document. CLIN 0001 QTY 1 PXA Signal Analyzer (Or equal) N9030A PXA Signal Analyzer N9030A-550 Frequency Range, 3 Hz to 50 GHz N9030A-EXM External Mixing N9030A-W7X Operating System, Windows Embedded Standard 7 CLIN 0002 QTY 2 Waveguide Harmonic Mixer (Or equal) M1970E Waveguide Harmonic Mixer, 60-90 GHz M1970E-201 USB Cables, 1.8 meter M1970E-101 Local Oscillator Cable, 1 meter 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 30 Days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (NOV 1991). The place of delivery, acceptance and FOB destination point is: F4HBL1/Transportation Officer, Depot 2, 148 Electronic Pkwy, M/F: RIOLSC, Rome NY 13441-4516. The provision at 52.212-1, Instructions to Offerors - Commercial Items (Apr 2014), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Proposals are due at or before 3PM, (Eastern Time) 31 August 2015. Submit to: AFRL/RIKO, Attn: Brooke Hoffman, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-4736 or by email to Brooke.Hoffman@us.af.mil. Offerors are encouraged to submit their proposals using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. The items listed may be offered on a "brand name or equal basis" pursuant to FAR 52.211-6; part numbers are provided for reference only. The identified items reflect the salient physical, functional, or performance characteristics that reflect the characteristics and level of quality that will satisfy the minimum Government requirement; however the offeror may provide a solution equivalent to or exceeding the functional and performance characteristics of the identified items and it will be considered for technical acceptability. Technical information must be provided in sufficient detail to allow adequate and thorough technical evaluation of the proposed equal solution. The Government is not responsible for obtaining technical information in support of a proposed equivalent solution. (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. Agency specific guidance is provided below: For proposed Contract Line Item Numbers (CLINs) with a unit price ≥ $5,000. Vendors will be expected to supply Unique Item Identifier (UII/ UID) labels. UII/ UID component data elements should be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; ECC200 data matrix specification. (A)LABEL: If using Construct 1: encode the two dimensional data matrix with CAGE CODE (Enterprise ID) and Serial #. If using Construct 2: encode the two dimensional data matrix with CAGE CODE, Serial #, and Part/Lot/Batch #. Any costs associated in complying with these terms should be included in as part of the firm fixed priced offer herein. (b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 5 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: The following factors shall be used to evaluate offers: (i) technical acceptability (ii) price, and (iii) past performance. The Government intends to award to the lowest priced, technically acceptable offeror with no negative past performance. In determining required technical acceptability, the Government will evaluate the items offered for compliance with the specifications listed in the Description paragraph above. Technical acceptability also includes acceptable past performance. In determining acceptable past performance AFRL/RIKO will independently obtain data from other government and commercial sources in order to consider an offeror's history of compliance with delivery schedules, order support, and general customer satisfaction. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Mar 2015), Alternate I (Oct 2014). The offeror is required to complete representations and certifications found in the provisions at 252.209-7992, REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-O0005) (DEC 2014) and at 252.203-7998, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-O0010) (FEB 2015). For your convenience all referenced certifications are attached to this solicitation. (Attachment #1) 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 (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161) 52.219-28, Post Award Small Business Program Re-representation (Jul 2013) (15 U.S.C. 632(a)(2)) 52.222-3, Convict Labor (Jun 2003) (E.O. 11755) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246) 52.222-36, Equal Opportunity for Workers With Disabilities (Jul 2014) (29 U.S.C. 793) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33, Payment By Electronic Funds Transfer-System For Award Management (Jul 2013) (31 U.S.C. 3332) The following additional FAR and FAR Supplement provisions and clauses also apply: 52.204-16, Commercial and Government Entity Code Reporting (Nov 2014) 52.204-18, Commercial and Government Entity Code Maintenance (Nov 2014) 52.211-6, Brand Name or Equal (Aug 1999) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.247-34, FOB Destination (Nov 1991) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of Pub. L. 110-181) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV2011) 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal 252.204-7011, Alternative Line Item Structure (SEP 2011) 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (NOV 2013) 252.211-7003, Item Identification and Valuation (DEC 2013) 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7001, Buy American and Balance of Payments Program (NOV 2014) (41 U.S.C. chapter 83, E.O 10582) 252.225-7031, Secondary Arab Boycott of Israel (JUN 2005) 252.227-7015, Technical Data--Commercial Items (FEB 2014) (10 U.S.C. 2320) 252.227-7037, Validation of Restrictive Markings on Technical Data (JUN 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) (10 U.S.C. 2227) 252.232-7006, Wide Area Workflow Payment Instructions (MAY 2013) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.244-7000, Subcontracts for Commercial Items (JUN 2013) 252.247-7023, Transportation of Supplies by Sea - Basic (APR 2014) (10 U.S.C. 2631(a)) 5352.201-9101, Ombudsman (NOV 2012) 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: 937-656-7321 COM: 937-904-4407, email: Barbara.Gehrs@us.af.mil. The following additional terms and conditions apply: 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 DFAR 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 proposal that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) DO-C9 All responsible organizations may submit a proposal, which shall be considered
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-15-Q-0301/listing.html)
 
Place of Performance
Address: Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate, Rome, New York, 13440, United States
Zip Code: 13440
 
Record
SN03842235-W 20150819/150817235540-b54fc3a392250d2ca49817ee8ed8a7ba (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.