Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2017 FBO #5656
SOLICITATION NOTICE

66 -- PXI SYSTEMS - J&A

Notice Date
5/17/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AE7097B001
 
Archive Date
6/10/2017
 
Point of Contact
ALESSANDRA BARZAGHI, Phone: 6612770987, Jacob Arola, Phone: 6612778777
 
E-Mail Address
ALESSANDRA.BARZAGHI@US.AF.MIL, jacob.arola@us.af.mil
(ALESSANDRA.BARZAGHI@US.AF.MIL, jacob.arola@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Justification and Approval (J&A) for Other than Full and Open Competition Combined Synopsis/Solicitation - F1S0AE7097B001 This is a combined synopsis/solicitation for commercial products prepared IAW 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 an additional written solicitation will not be issued. This is a Request for Quotation (RFQ). All responsible sources may submit a firm-fixed price (FFP) quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and Supplements, Federal Acquisition Circular (FAC) 2005-95, AFAC 2017-0127 and DFARs Change Notice (DPN) 20161222. NAICS is 334118. This is a commercial acquisition, with no Small Business Set-Aside. The Air Force Test Center (AFTC) located at Edwards Air Force Base, CA is seeking to purchase three (3) National Instruments PXI Systems with the corresponding configurations, software/upgrades, and service programs listed below. To be acquired under this contract: 1.) NI PXI SYSTEM 1 with the following configuration (Configuration ID: PX5269754): 1.1 - 784806-01 Ballard MIL-STD-1553 - 2 CH (Multifunction), ARINC429 - 16 CH, Quantity of (1) Each. 1.2 - 784567-01 Basler ace, acA1300-75gc, 1280 x 1024, 75fps, Color, Quantity of (1) Each. 1.3 - 784598-01 35mm, 125-600mm Primary WD, High Res Fixed FL Lens, Quantity of (1) Each. 1.4 - 784559-01 Basler ace, acA640-300gc, 640 x 480, 300 fps, Color, Quantity of (1) Each. 1.5 - 781418-01 Lens,35MM,Compact Fixed Focal Length, Edmund Optics, Quantity of (1) Each. 1.6 - 784808-01 LFH Connector to Two Male D-sub Connectors, 3', Quantity of (1) Each. 1.7 - 784807-01 LFH Connector to Four MIL-STD-1553 Twinax and One D-Sub, 3', Quantity of (1) Each. 1.8 - 780321-01 PXIe-1082, 8-Slot 3U PXI Express Chassis, Quantity of (1) Each. 1.9 - 763000-01 Power Cord, AC, U.S., 120 VAC, 2.3 meters,, Quantity of (1) Each. 1.10 - SRV-PX5269754 Standard Service Program for PXI Systems,, Quantity of (1) Each. 1.11 - 783813-01 8 GB Upgrade/Replacement RAM for PXIe-8880, Quantity of (2) Each. 1.12 - 783513-05 NI PXIe-8880, Windows 10 64-bit (Multiple Languages), Quantity of (1) Each. 1.13 - 785229-03 Windows 10 Pro, USB Recovery Media (Multiple Languages), Quantity of (1) Each. 1.14 - 784333-35 NI Software Platform Bundle, USB, New single seat license with 1 year LabView Standard service program, Quantity of (1) Each. 1.15 - 778039-01 NI PXI-GPIB with NI-488.2, Quantity of (1) Each. 1.16 - 780263-01 NI PXIe-8234, Dual GigE Vision Board with Vision Acquisition SW, Quantity of (1) Each. 1.17 - 782379-01 Dual Channel Copper AFDX PXI Interface from AIT, Quantity of (1) Each. 1.18 - 783129-01 PXIe-4080 High-Performance 6 1/2 Digit DMM and 300 V Digitizer, Quantity of (1) Each. 1.19 - 763061-02 X2 GPIB Cable, Double-Shielded, Shielded Plug/Receptacles, 2m, Quantity of (1) Each. 1.20 - 183285-02 X13 GPIB Cable, MicroD25 to Shielded cable/Standard connector, 2m, Quantity of (1) Each. 2.) NI PXI SYSTEM 1 with the following configuration (Configuration ID: PX5269779): 2.1 - 780321-01 PXIe-1082, 8-Slot 3U PXI Express Chassis, Quantity of (1) Each. 2.2 - 763000-01 Power Cord, AC, U.S., 120 VAC, 2.3 meters, Quantity of (1) Each. 2.3 - SRV-PX5269779 Standard Service Program for PXI Systems, Quantity of (1) Each. 2.4 - 783813-01 8 GB Upgrade/Replacement RAM for PXIe-8880, Quantity of (2) Each. 2.5 - 783513-05 NI PXIe-8880, Windows 10 64-bit (Multiple Languages), Quantity of (1) Each. 2.6 - 785229-03 Windows 10 Pro, USB Recovery Media (Multiple Languages), Quantity of (1) Each. 2.7 - 784333-35 NI Software Platform Bundle, USB, New single seat license with 1 year LabView Standard service program, Quantity of (1) Each. 2.8 - 777754-01 NI PXI-2565 General Purpose Relay Switch, Quantity of (1) Each. 2.9 - 781472-02 NI PXIe-8430/16, 16 Port, RS232 Serial Interface for PXI Express, Quantity of (1) Each. 2.10 - 781753-01 NI PXI-8232, GIGE and GPIB Controller for Windows and LabView RT, Quantity of (1) Each. 2.11 - 783129-01 PXIe-4080 High-Performance 6 1/2 Digit DMM and 300 V Digitizer, Quantity of (1) Each. 2.12 - 763061-02 X2 GPIB Cable, Double-Shielded, Shielded Plug/Receptacles, 2m, Quantity of (1) Each. 2.13 - 182238-01 RS232 Null-Modem Cable, DB-9 Female to DB-9 Female, 1m, Quantity of (1) Each. 3.) NI PXI SYSTEM 1 with the following configuration (Configuration ID: PX5321355): 3.1 - 783588-01 NI PXIe-1085, 18-Slot 3U PXI Express Chassis, 24 GB/s System BW, Quantity of (1) Each. 3.2 - 763830-01 Power Cord, AC, U.S., 125 VAC, 15A, Quantity of (1) Each. 3.3 - SRV-PX5321355 Standard Service Program for PXI Systems, Quantity of (1) Each. 3.4 - 783813-01 8 GB Upgrade/Replacement RAM for PXIe-8880, Quantity of (2) Each. 3.5 - 783513-05 NI PXIe-8880, Windows 10 64-bit (Multiple Languages), Quantity of (1) Each. 3.6 - 785229-03 Windows 10 Pro, USB Recovery Media (Multiple Languages), Quantity of (1) Each. 3.7 - 784333-35 NI Software Platform Bundle, USB, New single seat license with 1 year LabView Standard service program, Quantity of (1) Each. 3.8 - 778039-01 NI PXI-GPIB with NI-488.2, Quantity of (1) Each. 3.9 - 778572-36 NI PXI-2536 8x68 FET Switch Matrix Module, Quantity of (1) Each. 3.10 - 780431-03 NI Analog Video Generator (PXI-5421, 256MB/ch), Quantity of (1) Each. 3.11 - 780426-02 NI Analog Video Analyzer (PXI-5122, 256MB/ch), Quantity of (1) Each. 3.12 - 780433-02 NI Digital Video Generator, NI PXIE-6545, Quantity of (1) Each. 3.13 - 782707-01 NI PXIe-1491 HDMI Protocol, Audio, and Video Analyzer, Quantity of (1) Each. 3.14 - 777141-01 TBX-68 Unshielded, I/O Connector Block with DIN-Rail Mounting, Quantity of (1) Each. 3.15 - 763061-02 X2 GPIB Cable, Double-Shielded, Shielded Plug/Receptacles, 2m, Quantity of (1) Each. 3.16 - 183285-02 X13 GPIB Cable, MicroD25 to Shielded cable/Standard connector, 2m, Quantity of (1) Each. 3.17 - 191945-02 SHC68-68, Twisted Pair Cable with Basic Shielding, 2m, Quantity of (1) Each. Performance Requirements: The Contractor shall provide products with the following requirements: - PXI-2565 General-Purpose Relay Switch - PXI-GPIB with NI-488.2 - PXI-GPIB with NI-488.2 - PXI-2536 8x68 FET Switch Matrix Module - PXIe-1082, 8-Slot 3U PXI Express Chassis - Analog Video Analyzer (PXI-5122, 256MB/ch) - Analog Video Generator (PXI-5421, 256MB/ch) - Digital Video Generator, NI PXIE-6545 - Lens,35MM,Compact Fixed Focal Length, Edmund Optics - NI PXIe-8430/16, 16 Port, RS232 Serial Interface for PXI Express - Dual Channel Copper AFDX PXI Interface from AIT - NI PXIe-1491 HDMI Protocol, Audio, and Video Analyzer - PXIe-4080 High-Performance 6 1/2 Digit DMM and 300 V Digitizer - PXIe-1085, 18-Slot 3U PXI Express Chassis, 24 GB/s System BW - 8 GB Upgrade/Replacement RAM for PXIe- 8880 - Basler ace, acA640-300gc, 640 x 480, 300 fps, Color - Basler ace, acA1300-75gc, 1280 x 1024,75 fps, Color - 35mm, 125-600mm Primary WD, High Res Fixed FL Lens - Ballard MIL-STD-1553 - 2 CH (Multi- Function), ARINC429 - 16 CH Please include associated shipping/freight costs to FOB Destination. Place of delivery and acceptance shall be at Air Force Test Center, 307 East Popson, Bldg. 1400, Edwards Air Force Base, CA 93524. Requested delivery shall be 30 days after receipt of Order (DARO). Interested parties who believe they can meet all the requirements for the services described in this synopsis are invited to submit in writing a complete quote. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis/solicitation. The government will be evaluating quotes IAW FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014). 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: •i. Price •ii. Technical capability of the offer to meet the Government requirement Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be awarded. The following provisions and clauses apply: Source Provision (P) Clause (C) Clause/ Provision Title Date FAR C 52.202-1 Definitions Nov 2013 FAR C 52.203-3 Gratuities Apr 1984 FAR C 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I Oct 1995 FAR C 52.203-12 Limitation on Payments to Influence Certain Federal Transactions Oct 2010 FAR P 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements -Representation Jan 2017 FAR C 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements Jan 2017 FAR C 52.204-4 Printed or Copied Double-Sided on Recycled Paper May 2011 FAR P 52.204-7 System for Award Management Oct 2016 FAR C 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2016 FAR P 52.204-16 Commercial and Government Entity Code Reporting Jul 2016 FAR C 52.204-18 Commercial and Government Entity Code Maintenance Jul 2016 FAR C 52.204-19 Incorporation by Reference of Representations and Certifications Dec 2014 FAR P 52.204-20 Predecessor of Offeror Jul 2016 FAR C 52.204-21 Basic Safeguarding of Covered Contractor Information Systems Jun 2016 FAR C 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Oct 2015 FAR C 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations Nov 2015 FAR P 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law Feb 2016 FAR P 52.212-1 Instructions to Offerors -- Commercial Items Jan 2017 FAR P 52.212-2 Evaluation -- Commercial Items Oct 2014 FAR P 52.212-3 Offeror Representations and Certifications -- Commercial Items Jan 2017 FAR C 52.212-4 Contract Terms and Conditions -- Commercial Items Jan 2017 FAR C 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items Jan 2017 FAR C 52.219-8 Utilization of Small Business Concerns Oct 2015 FAR C 52.219-28 Post-Award Small Business Program Rerepresentation Jul 2013 FAR C 52.222-3 Convict Labor Jun 2003 FAR C 52.222-19 Child Labor-Cooperation with Authorities and Remedies Oct 2016 FAR C 52.222-21 Prohibition of Segregated Facilities Apr 2015 FAR C 52.222-26 Equal Opportunity Sep 2016 FAR C 52.222-35 Equal Opportunity for Veterans Oct 2015 FAR C 52.222-36 Equal Opportunity for Workers With Disabilities Jul 2014 FAR C 52.222-37 Employment Reports on Veterans Feb 2016 FAR C 52.222-40 Notification of Employee Rights under the National Labor Relations Act Dec 2010 FAR C 52.222-50 Combating Trafficking in Persons Mar 2015 FAR C 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR P 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals - Representation Dec 2016 FAR P 52.225-18 Place of Manufacture Mar 2015 FAR P 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications Oct 2015 FAR C 52.232-17 Interest May 2014 FAR C 52.232-23 Assignment of Claims May 2014 FAR C 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management Jul 2013 FAR C 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 FAR C 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 FAR C 52.233-1 Disputes May 2014 FAR P 52.233-2 Service of Protest Sep 2006 FAR C 52.233-3 Protest after Award Aug 1996 FAR C 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 FAR C 52.242-13 Bankruptcy Jul 1995 FAR P 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 C 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/ DFARS C 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS C 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2013 DFARS P 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011 DFARS C 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS P 252.204-7004 Alternate A, System for Award Management Feb 2014 DFARS C 252.204-7006 Billing Instructions Oct 2015 DFARS P 252.204-7011 Alternative Line Item Structure Sep 2011 DFARS C 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support May 2016 DFARS C 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State sponsor of Terrorism Oct 2015 DFARS C 252.211-7003 Item Unique Identification and Valuation Mar 2016 DFARS P 252.222.7007 Representation Regarding Combating Trafficking in Persons Jan 2015 DFARS C 252.223-7008 Prohibition of Hexavalent Chromium Jun 2013 DFARS C 252.225-7012 Preference for Certain Domestic Commodities Dec 2016 DFARS C 252.225-7048 Export-Controlled Items Dec 2016 DFARS C 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Jun 2012 DFARS C 252.232-7006 Wide Area WorkFlow Payment Instructions May 2013 DFARS C 252.232-7010 Levies on Contract Payments Dec 2006 DFARS C 252.243-7002 Request for Equitable Adjustment Dec 2012 DFARS C 252.244-7000 Subcontracts for Commercial Items Jun 2013 DFARS C 252.247-7023 Transportation of Supplies by Sea Apr 2014 AFFARS C 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) Nov 2012 AFFARS C 5352.201-9101 Ombudsman Jun 2016 Offers are due at the Air Force Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA, 93524, no later than May 26, 2017 at 4:00 pm PST. All offers are to be sent via email to: alessandra.barzaghi@us.af.mil. Phone: 661-277-0987, Fax: 661-277-0470.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AE7097B001/listing.html)
 
Place of Performance
Address: Air Force Test Center, 307 East Popson, Bldg. 1400, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN04512197-W 20170519/170517235346-4c5d1a3a00dddaa8b29eec5cd16d8ecf (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.