Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOLICITATION NOTICE

59 -- VHF/UHF tunable RF band-pass filters

Notice Date
5/14/2020 6:48:42 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
W6QM MICC-JB LEWIS-MC CHORD JOINT BASE LEWIS MCCH WA 98433-9500 USA
 
ZIP Code
98433-9500
 
Solicitation Number
PANMCC-20-P000_017880
 
Response Due
5/25/2020 2:00:00 PM
 
Archive Date
06/09/2020
 
Point of Contact
Travers Doane, Kelly Brown
 
E-Mail Address
travers.h.doane.mil@mail.mil, kelly.e.brown1.mil@mail.mil
(travers.h.doane.mil@mail.mil, kelly.e.brown1.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.� Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06.� The solicitation number for this requirement is PANMCC-20-P-0000017880.� This requirement is a TOTAL SMALL BUSINESS SET-ASIDE. The applicable North American Industry Classification System (NAICS) Code is 334419. This requirement is to provide band-pass filters to the Aviation Division at JBLM and Yakama Training Center for use in their communication sites.� The Government contemplates award of a Firm-Fixed Price (FFP) contract. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13. Quotes shall be evaluated using the Lowest Price Technically Acceptable (LPTA) selection process. Description of Requirement: The Aviation Division at JBLM and Yakama Training Center use transceiver radios at communication sites to cover the training areas.� These sites are mainly located at high-elevation locations to provide greater coverage area.� Over the years, the RF �noise-floor� has increased due to other transmitter sites broadcasting close to our frequencies.� There is a need for band-pass filters to lower the noise-floor by removing the neighboring interference.� The band-pass filters need to meet the following performance requirements as spelled out in the attachment labeled �Band-Pass Filter Salient Performance Characteristics�.� Proposals need to include physical dimensions as well as the electrical/RF specifications since the government is looking for form, fit, and function. Instructions for Offerors: Offerors shall submit price proposals in accordance with the structure below. Partial quotes will not be evaluated by the Government. Award will be made to the technically acceptable offeror with the lowest evaluated price, which is deemed responsible in accordance with the FAR and whose proposal conforms to the solicitation requirements. Quotes MUST be valid for 30 days after Request for Quote/solicitation�s closing date. Quotes must include all cost to include shipping. CLIN 0001 VHF Cavity Filters- The contractor shall provide� VHF Cavity Filters. Please see the attachment labeled �Band-Pass Filter Salient Performance Characteristics� for complete detials.�FOB Destination CLIN 0002 UHF Cavity Filters: The contractor shall provide��UHF Cavity Filters. Please see the attachment labeled �Band-Pass Filter Salient Performance Characteristics� for complete detials.�FOB Destination Basis for Contract Award: This acquisition will utilize Lowest Price Technically Acceptable (LPTA) source selection procedures in accordance with Federal Acquisition Regulations (FAR) 13.106-2.� Technical tradeoffs will not be made and no additional credit will be given for exceeding acceptability.� Award will be made to the technically acceptable offeror with the lowest evaluated price, which is deemed responsible in accordance with the FAR and whose proposal conforms to the solicitation requirements.� The technical evaluation will be a determination based on information furnished by the vendor.� The Government reserves the right to award without discussions.� Therefore, each 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 determined necessary by the Contracting Officer. Evaluation Methodology: Technical acceptability will be evaluated on all complete proposals.� Only those proposals determined to be technically acceptable, either initially or as a result of discussions, will be considered for award.� Then price will be evaluated and the proposal will be listed from lowest to highest price based on the total evaluation price.� The award will be made to the proposal with the lowest evaluated price and which meets the acceptability standards for the non-cost factors. Award Decision will be made as follows: (1) Step One � Determine Technical Acceptability.� The technical evaluation provides an assessment of the offeror�s capability to satisfy the Government�s requirements.� The technical Approach Factor will receive a rating of Acceptable or Unacceptable.� Only proposals deemed technically acceptable (either initially or as the result of discussions) will be considered for award. (2) Step Two � Evaluate Price. The offeror�s price proposal will be evaluated, for award purposes, based upon the total price proposed. (3) Step Three � Award Decision.� Award will be made to the lowest priced, technically acceptable offeror, subject to a positive responsibility determination in accordance with FAR Part 9 and conformance of the offeror�s proposal to the terms and conditions or the solicitation. Discussions: If during the evaluation period it is determined to be in the best interest of the Government to hold discussions, offeror responses to Evaluation Notices (ENs) and the Final Proposal Revision (FPR) will be considered in making the source selection decision. The provisions and clauses contained in the attachment �Provisions_and_Clauses_PANMCC-20-P-0000017880� will be incorporated by reference. The Contracting Officer (KO) at Mission and Installation Contracting Command, Joint Base Lewis-McChord is the only person authorized to approve changes or modify any of the requirements under this solicitation, and notwithstanding anything contained elsewhere in this solicitation, the said authority remains solely with the KO. In the event the Contractor or contractor employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the price of any subsequently awarded contract under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof. If an interested party have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also officially protest to the contracting officer. Contract award or performance is suspended during the protest. To be timely, protests must be filed within the periods specified in FAR 33.103. If an interested party has complaints or want to file a protest it must be sent to the address below: Mission and Installation Contracting Command Chief, Supply and Small Services Branch BOX 339500, MS 19 JBLM, WA 98433-9500 Facsimile number 253-967-3844 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: [contract number] HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. ALL QUESTIONS MUST BE SUBMITTED no later than 1400 PST, 25 MAY 2020.� ALL Firm Fixed Price Proposals (FFP) must be signed, dated, and received by 1400 PST, 25 May 2020 via email to: travers.h.doane.mil@mail.mil All quotations from responsible sources will be considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. For questions concerning this solicitation contact MAJ Travers Doane at travers.h.doane.mil@mail.mil NO TELEPHONE REQUESTS WILL BE HONORED
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/53dd37ba58d84fee961372c2304aaada/view)
 
Place of Performance
Address: Joint Base Lewis McChord, WA 98438, USA
Zip Code: 98438
Country: USA
 
Record
SN05658176-F 20200516/200514230158 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.