Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 21, 2020 SAM #6779
SOLICITATION NOTICE

59 -- XMA and Radiall RF Equipment

Notice Date
6/19/2020 7:52:19 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
FA8751 AFRL RIKO ROME NY 13441-4514 USA
 
ZIP Code
13441-4514
 
Solicitation Number
FA875120Q0043
 
Response Due
6/26/2020 12:00:00 PM
 
Archive Date
07/11/2020
 
Point of Contact
Tabitha Haggart
 
E-Mail Address
tabitha.haggart@us.af.mil
(tabitha.haggart@us.af.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; Offers 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 FA8751-20-Q-0043 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) 2020-06 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20200605 See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is listed as a Small Business Set Aside � Total.� The NAICS code is 334515 and small business size standard is: 750 employees. The contractor shall provide the equipment as described below on a BRAND NAME ONLY (Attachment #1) firm fixed price basis including the cost of shipping FOB Destination. 1. 2082-6041-06-CRYO: XMA, 6 dB attenuator, 18 GHz, Nichrome resistive element QTY- 24 2. 2082-6042-10-CRYO: XMA, 10 dB attenuator, 18 GHz, Nichrome resistive element QTY-96 3. 2082-6043-20-CRYO: XMA, 20 dB attenuator, 18 GHz, Nichrome, QTY-96 4. 2082-6044-30-CRYO: �XMA, 30 dB attenuator, 18 GHz, Nichrome QTY-24 5. 2082-6040-03-CRYO: �XMA, 3 dB attenuator, 18 GHz, Nichrome QTY-12 6. R591762600: �Radiall SP6T latching switch, 18 GHz, SMA [f] QTY-12 7. 2044-7002-18: �XMA DC Block, 10 MHz - 18 GHz, inner & outer, SMA [m/f] QTY-96 ******Only authorized re-sellers of XMA and Radiall will be considered. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. DELIVERY All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination.�� The place of delivery, acceptance and FOB destination point is Rome, NY 13441. CONTRACT ADMINISTRATION DATA 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 DFARS 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 quote that your company is able to submit electronic invoices as set forth in the clause. TERMS AND CONDITIONS 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.� 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside (Deviation 2020-O0008) 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-19, Child Labor�Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers With Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment By Electronic Funds Transfer�System For Award Management The following additional FAR and FAR Supplements clauses also apply: 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.204-22, Alternative Line Item Proposal 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.247-34, FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003, Item Unique Identification and Valuation� Para (c)(1)(i). Insert Contract Line, Subline, or Exhibit Line Item Number and Item Description: 'N/A' Para (c)(1)(ii). Identify Contract Line, Subline, or Exhibit Line Item Nr and Item Description: 'N/A' ����������� Para (c)(1)(iii). Attachment Nr.: 'N/A' ����������� Para (c)(1)(iv). Attachment Nr.: 'N/A' Para (f)(2)(iii). 'N/A' 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System � Statistical Reporting in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.225-7974, Representation Regarding Persons that have Business Operations with the Maduro Regime (Class Deviation 2020-O0005) 252.227-7015, Technical Data � Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract 252.239-7010, Cloud Computing Services 252.239-7017, Notice Of Supply Chain Risk 252.239-7018, Supply Chain Risk 252.243-7001 Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.246-7008, Source of Electronic Parts 252.247-7023, Transportation of Supplies by Sea 5352.201-9101, Ombudsman is hereby incorporated into this solicitation.� The Ombudsman for this acquisition is Mr. Steven L. Ewers, 1864 Fourth Street, Wright-Patterson AFB OH 45433-7130, COMM (937) 904-4407, email: Steven.Ewers@us.af.mil Requirement specific guidance is provided for the following clause: In accordance with DFARS 252.232-7006 Wide Area Workflow (WAWF) Payment Instructions- Vendors will be expected to have WAWF system capabilities. Guidance will be provided to the vendor with their order with applicable code REPRESENTATIONS AND CERTIFICATIONS Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 252.239-7009, Representation of Use of Cloud Computing 252.225-7020, Trade Agreements Certificate - Basic For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 2)� INSTRUCTIONS 1.� Electronic copies of quotes are due at or before 3 PM EST, 26 June 2020 Quotes shall be submitted to Tabitha Haggart, Tabitha.Haggart@us.af.mil ����������� 2.� 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. 3.� Contract award. The Government intends to evaluate offers and award a delivery order 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. 4. All responsible organizations may submit a quote which shall be considered. EVALUATION The following factors shall be used to evaluate offers: (i) technical acceptability and (ii) price. The Government intends to award to the lowest priced, technically acceptable offeror.� In determining required technical acceptability, the Government will evaluate the items offered for compliance with the products listed above. Offerors shall submit proof of authorized reseller status of XMA and Radiall products. The Defense Priorities and Allocations System (DPAS) rating DO-C9 has been assigned to this effort.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bd2dfe81fe24439489b3dc2a43294d39/view)
 
Record
SN05697225-F 20200621/200622142806 (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.