Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2017 FBO #5651
SOLICITATION NOTICE

60 -- Pulsed Selection System - Attach #1 - Attach #2

Notice Date
5/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-17-Q-0148
 
Archive Date
6/1/2017
 
Point of Contact
Tabitha Haggart, Phone: 315-330-3787
 
E-Mail Address
Tabitha.Haggart@us.af.mil
(Tabitha.Haggart@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Reps and Certs addendum Brand Name Justification and Approval 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 FA8751-17-Q-0148 is issued as a request for quotation (RFQ) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20161222. 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 334516 and small business size standard is 1000 employees. Used, pre-owned, refurbished, or remanufactured goods will not be accepted. Items must be factory-new. The contractor shall provide the following items on a BRAND NAME ONLY (See Attachment No. 1) firm fixed price basis including the cost of shipping FOB Destination: ITEM: Model 25D driver, DC-to-30MHz Bandwidth, 9ns Rise/Fall Time, 175V, MFR- ConOptics, Inc QTY-1 ITEM: Model 305 Synchronous Countdown System, MFR- ConOptics, Inc QTY-1 ITEM: Model 350-105-UVV KD*P Series E-O Modulator with UV option for use at 369m, MFR- ConOptics, Inc QTY-1 ITEM: Model 102 Adjustable Modulator Mounts with Model 103 Alignment tool, MFR- ConOptics, Inc QTY - 1 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 10 Wks 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 Rome, NY The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals/quotes are due at or before 3 PM, (Eastern Time) 17 May 2017 Submit by email to Tabitha.Haggart@us.af.mil Offerors are encouraged to submit their proposals/quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(11) 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. (b)(12) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. (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; 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 4 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: (ii) price Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 2017); Alternate I (Oct 2014). For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 2) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2017), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: X 52.219-28, Post Award Small Business Program Re-representation X 52.222-3, Convict Labor X 52.222-19, Child Labor-Cooperation with Authorities and Remedies X 52.222-21, Prohibition of Segregated Facilities X 52.222-26, Equal Opportunity X 52.222-36, Equal Opportunity for Workers With Disabilities X 52.222-50, Combating Trafficking in Persons X 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving X 52.225-13, Restrictions on Certain Foreign Purchases X 52.232-33, Payment By Electronic Funds Transfer-System For Award Management The following additional FAR and FAR Supplement provisions and clauses also apply: (reference FAR 12.301) X 52.204-16, Commercial and Government Entity Code Reporting X 52.204-18, Commercial and Government Entity Code Maintenance X 52.204-19, Incorporation by Reference of Representations and Certifications X 52.204-21, Basic Safeguarding of Covered Contractor Information Systems X 52.204-22, Alternative Line Item Proposal X 52.232-40, Providing Accelerated Payments to Small Business Subcontractors X 52.247-34, FOB Destination.) X 252.203-7000, Requirements Relating to Compensation of Former DoD Officials X 252.203-7005, Representation Relating to Compensation of Former DoD Officials X 252.204-0001, Line Item Specific: Single Funding X 252.204-7011, Alternative Line Item Structure X 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support X 252.211-7003, Item Identification and Valuation (MAR 2016) Para. (c)(1)(i): NA Para. (c)(1)(ii): NA Para. (c)(1)(iii): NA Para. (c)(1)(iv): NA Para. (f)(2)(iii): NA X 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations X 252.223-7008, Prohibition of Hexavalent Chromium X 252.225-7031, Secondary Arab Boycott of Israel X 252.227-7015, Technical Data--Commercial Items X 252.227-7037, Validation of Restrictive Markings on Technical Data X 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports X 252.232-7006, Wide Area Workflow Payment Instructions X 252.232-7010, Levies on Contract Payments X 252.239-7017, Notice Of Supply Chain Risk X 252.239-7018, Supply Chain Risk X 252.244-7000, Subcontracts for Commercial Items X 252.247-7023, Transportation of Supplies by Sea - Basic X 252.247-7024, Notification of Transportation of Supplies by Sea X 5352.201-9101, Ombudsman (JUN 2016) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Kimberly L. Yoder, kimberly.yoder@us.af.mil, (937)255-4967 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. Note that the clause at 252.211-7003 is included in this solicitation. Agency specific guidance is provided below: For proposed Line Item Numbers 1-3 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; Error Checking and Correction 200 (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 as part of the firm fixed priced offer herein. The Defense Priorities and Allocations System (DPAS) rating 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/FA8751-17-Q-0148/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, 13441, United States
Zip Code: 13441
 
Record
SN04506882-W 20170514/170512234945-d735336e78c033644b05ffe7d8819c16 (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.