Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2016 FBO #5243
SOLICITATION NOTICE

59 -- Solid State Amplifier

Notice Date
3/30/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 377 MSG/Contracting Division, 377 MSG/Contracting Division, 8500 Gibson SE, BLDG 20202, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
F2KBAB6057A101
 
Archive Date
5/16/2016
 
Point of Contact
Thaddeus F. Gray, Phone: 5058531617, Michael R. Chavez, Phone: 5058460560
 
E-Mail Address
thaddeus.gray@us.af.mil, michael.chavez.13@us.af.mil
(thaddeus.gray@us.af.mil, michael.chavez.13@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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, if the acquisition is being made using simplified acquisition procedures. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement is a 100% Small Business Set Aside combined synopsis solicitation. The NAICS Code for this synopsis/solicitation is 335999, Size Standard 500 employees. Solicitation/ Purchase Request number F2KBAB6057A101 is issued as a Request for Proposal (RFP). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-87 effective 07 MAR 2016. The Government intends to award one firm-fixed price contract for one solid state amplifier with two contract line item numbers (CLIN): GENERAL CHARACTERISTICS Solid State Amplifier: Backlit LCD display Total/Operate Elapsed Time Metering Self-diagnostic circuitry VSWR protection Unconditionally stable against load mismatches Forward /Reflected Power Indication IEEE 488 GPIB & RS232 Remote Control RF Door Safety Interlock Air-cooled (Integrated Forced Air - self-contained) Modulation, AM, FM & PULSE Open Circuit and Short Circuit Protection Front Panel Controls and Indicators Safety Requirement of IEC-348 Standby/Operate Front panel forward and reflected power sample Specific Requirements Frequency Range: 0.5-2.5 GHz Rated Output Power: 1000 Watts minimum, P sat: 1400 watts nominal Gain @ rated power: 60 dB Prime Power: 120/208 50/60 Hz Three Phase Input/Output Impedance: 50 ohms (VSWR 2.0:1) RF Input Connector: Type N Female front RF Output Connector: 7/16 DIN Female back Temperature: 0º to +50º C Humidity: 95% without condensation Altitude: 10,000 feet Cooling System: Forced Air cooled, self-contained Modulation: AM/FM/Pulse (0-100%) Spurious: -50dBc maximum Harmonics: -20dBc nominal @ Rated Power Warranty 3 years including the power supply and electronics 0001 - Model #: S205-1000 Description: solid state amplifier Quantity: One (1) Manufacturer: RF & Microwave Instruments for Industry 0002 - Shipping and Handling DESIRED DELIVERY DATE: 4 months ARO or sooner FOB: Destination INSPECTION AND ACCEPTANCE: Destination NOTE: Please provide a " BRAND NAME OR EQUAL " quote for the item(s) above. If an "or equal" quote is submitted, the proposal will be sent to the technical advisor for compatibility and verification. ANY OFFEROR PROVIDING AN OR EQUAL PRODUCT SHALL THOROUGHLY DESCRIBE HOW THEIR PRODUCT MEETS ALL THE REQUIRED CHARACTERISTICS LISTED. FAILURE TO DO SO WILL MAKE THAT OFFEROR NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD. In accordance with the FAR 13.106-1(a)(2), offerors are notified that award will be made on the basis of Best Value. Offerors will be evaluated in accordance with FAR 13.106-2. Proposals may be submitted via email to thaddeus.gray@us.af.mil or by fax to (505) 853-3476; ATTN: Thaddeus Gray. Electronic documents shall be submitted in.pdf,.doc, or.xls. Communication containing documents in any other format, including.zip, may be blocked or stripped by the Government's server and may not be received by this office. Proposals are due no later than 29 April 2016 at 12:00 PM MST (Mountain Standard Time). Firms responding to this announcement shall include company name, DUNS number, cage code, point of contact, address, F.O.B. Destination, estimated delivery date, warranties if applicable and business size using NAICS Code 335999, Size Standard 500 Employees. ADDITIONAL INFORMATION : Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive payment for products/services rendered to the Government as the result of an award. If you are not registered you may request an application at (334) 206-7828 or though the SAM website at https://www.sam.gov. All payments are to be paid via the Internet through the Wide Area WorkFlow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www/wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/ contract number or invoice will be required to inquire status of your payment. The following provisions and clauses apply to this procurement: FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations- Representation FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal unless electronically filed in System for Award Management) 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. [in paragraphs (b) and (c) the following clauses apply: 52.219-6, 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-50, 52.223-18, 52.225-13, 52.232-33] FAR 52.219-1, Alt I, Small Business Program Representations FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, System for Award Management DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7036 Alt I, Buy American-Free Trade Agreement-Balance of Payments Program DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modification DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea The following full text provisions and clauses apply to this procurement: FAR 52.212-2, Evaluation -- Commercial Items. (a) 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: Price and technical capability of the item offered to meet the Government requirement. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-5, Authorized Deviations in Provisions (Apr 1984). The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-OO0005) (DEC 2014) (a) In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) AFFARS 5352.201-9101, Ombudsman OMBUDSMAN (Apr 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact: Air Force Installation Contracting Agency (AFICA)/KG (OL-Global Strike Command) 841 Fairchild Ave Building 5571, Rm 327 Barksdale AFB, LA 71110 Phone:(318)456-6336 Fax: (318)456-7861 Email: ig.afica_kg.workflow@us.af.mil And the AFICA HQ Ombudsman is: AFICA/KP Director 1940 Allbrook Drive, Building 1 Wright-Patterson AFB OH 45433 Phone: (937)257-5529 Fax: (937)-656-0919 Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b2a399d3df193b729c33eeb6329d0b13)
 
Place of Performance
Address: Kirtland, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN04066615-W 20160401/160330234055-b2a399d3df193b729c33eeb6329d0b13 (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.