SOLICITATION NOTICE
58 -- Portable Radio Test System
- Notice Date
- 9/2/2020 9:29:58 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- W7NH USPFO ACTIVITY MSANG 186 MERIDIAN MS 39307-7112 USA
- ZIP Code
- 39307-7112
- Solicitation Number
- W50S7J20R0009
- Response Due
- 9/16/2020 9:00:00 AM
- Archive Date
- 10/01/2020
- Point of Contact
- Donna R Lewis, Phone: 601-484-9836, Fax: 601-484-9087, Ned L. McCormick, Phone: 601-484-9860, Fax: 601-484-9087
- E-Mail Address
-
donna.lewis.2@us.af.mil, ned.mccormick.2@us.af.mil
(donna.lewis.2@us.af.mil, ned.mccormick.2@us.af.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation issued using FAR subpart 13.1. Simplified Acquisition Procedures. This is a Request for Quotes Quotation and a written solicitation will not be issued. This office intends to solicit and negotiate a single source brand name item under the authority of FAR 13.106-1(b)(ii). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07 effective 31 Aug 2020, and the Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice 20200605 effective 05 May 2020, and the Army Federal Acquisition Regulation Supplement (AFARS) Acquisition Circular 2018-0819 effective 19 August 2020. North American Industrial Classification Standard (NAICS) code is 334515, the size standard is 750 EMP DESCRIPTION: ASTRONICS PORTABLE RADIO TEST SYSTEM CLIN ��� QTY ����� �������������� Description 0001 ���� 1 Each � �������������� CTS-6010: �Freedom Tactical Radio Test 1 GHz Operation, Dual Batteries, Stylus 408807 0002������� 1 Each������������������� CTS-6010 : Freedom SW Option, 3 GHz Operation 801044-103 0003� ����� 1 Each������������������� CTS-6010 : Freedom SW Option, VSA/VSG 801044-111 0004������� 1 Each������������������� CTS-6010 : Freedom SW Option, RF Pulse and Power Analyzer 801044-113 0005 ������ 1 Each������������������� CTS-6010 : Freedom Accessory Set, Standard 408809-001 0006������� 1 Each������������������� CTS-6010 : Freedom Attenuator, 150 W, 30 dB, DC-8.5 GHz 604139 0007������� 1 Each������������������� Harris : TPK, PRC-117G LTI, TPK-117G00-H-L-XX 0008������� 1 Each������������������� Harris : TPK, PRC-152X LTI, TPK-152X00-H-L-XX 0009������� 1 Each������������������� Harris : TPK, PRC-150 LTI, TPK-150000-H-L-XX 0010 ������ 1 Each������������������� Transit Case, (26x21x15), CTS-6000 Series, 925320 5. Point of Delivery: 186th ARW C/O MSgt Jacob Fulton 6225 M Street Meridian, MS 39307 7. Period of Performance: 100 days ADC for delivery The following contract provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jun 2020) *If offerors fail to submit the followings, offerors are considered as non-responsive and ineligible for contract award. Company's complete mailing and remittance address. Offerors shall complete the registration to have their own access for System for Award Management (https://www.sam.gov/portal/SAM/). Quotations must be valid for a period of no less than 30 days. Quotations shall contain following items: Price Schedule Technical Information to include part number and description Representations, Certifications, and Other Statements of Offeror or Quarters Addenda to the following paragraphs of 52.212-1 are: (a) (a) All quotes are due on or before 11:00 AM Central Standard Time (CST), Wednesday 16 Sep 2020. Electronic quotes are highly encouraged. Submission may be made via email to donna.lewis.2@us.af.mil �via facsimile at 601-484-9087: ATTN: SMSgt Donna R. Lewis. Hand carried or mailed proposals must be addressed to the address below (see part b of this addenda for additional information on paper submissions). Quotes must reference the solicitation number. It is the responsibility of the contractor to confirm receipt of quote by the Government. 186th ARW/MSC �Attn: SMSgt Donna R. Lewis 6225 M Street - Building 705 RM 117 Meridian, MS 39307 For paper/hand carried submissions, the sealed envelope or package used to submit your proposal must show the time and date specified for receipt, the solicitation number, and the name and address of the offeror. Offerors are cautioned that the 186th Air Refueling Wing has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE EXPECTED WHEN HAND-CARRYING PROPOSALS. Offerors should allow sufficient time to obtain a visitor pass and arrive at Bldg. 705 prior to the time specified for receipt. Late proposals will be processed in accordance with FAR 52.215-1(c) (3), �Submission, modification, revision, and withdrawal of proposals.� All firms must be registered in the System for Award Management (SAM) database at www.sam.gov upon submission of request for quote (RFQ) to be considered responsive. If confirmation of SAM is not providing with the proposal submission by the closing date of the RFQ, the offer shall be considered nonresponsive and ineligible for contract award. 52.212-2 -Evaluation -- Commercial Items (Oct 2014) (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: (i) price; (ii) products must be the brand name products listed above� 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 FAR 52.212-3 � Offeror Representations and Certifications � Commercial Items FAR 52.252-2 � Clauses Incorporated by Reference FAR 52.203-3 � Gratuities FAR 52.204-24 � Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25 � Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26 � Covered Telecommunications Equipment or Services - Representation 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 (JAN 2017), is applicable to this procurement along with the additional FAR clauses cited in the clause to include: X 52.203-6 � Restrictions on Subcontractor Sales to the Government X 52.204-10 � Reporting Executive compensation and First-Tier Subcontract Awards X 52.209-6 � Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment X 52.219-8 � Utilization of Small Business Concerns X 52.219-28 � Post Award Small Business Program 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 52.222-37 � Employment Reports on Veterans X 52.222-40 � Notification of Employee Rights Under the National Labor Relations Act 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 � Central Contractor Registration� �������������� �X 52.233-3�� - Protest After Award �������������� �X 52.233-4� �- Applicable Law for Breach of Contract Claim The following clauses/provisions are incorporated by reference: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.222-7007 Representation Regarding Combating Trafficking in Persons 252.223-7008 Prohibition of Hexavalent Chromium 252.232-7003 Electric Submission of Payment requests 252.232-7010 Levies On Contract Payments 252.244-7000 Subcontracts for Commercial Items � 252.247-7023 Transportation of Supplies by Sea � 252.225-7993 Dev 2020-O0022 � 252.225-7975 Dev 2020-O0022 This purchase will incorporate 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 address: https://www.acquisition.gov. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the System for Award Management (SAM) www.sam.gov. Include FAR 52.212-3 Alternate I, Offer Representation and Certification with Offer. No telephonic or facsimile responses will be processed. Deadline for receipt of offers: 11:00 AM Central Standard Time (CST), Wednesday 16 Sep�2020. All questions must be submitted by 1630 CST, Monday 14 September�2020. Quotations may be acceptable via facsimile 601-484-9087, or sent via e-mail to donna.lewis.2@us.af.mil. Email Submissions are preferred. Basis for Award 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 quality of product considered. Before making award, the contracting officer determines that the proposed price is fair and reasonable in accordance with FAR 13.106-3. An award will be made to the acceptable offer with the lowest aggregate price of all items. Primary Point of Contact for Solicitation Inquiry: SMSgt Donna R. Lewis donna.lewis.2@us.af.mil Phone: 601-484-9836 FAX: 601-484-9087 Secondary Point of Contact: MSgt Ned L. McCormick ned.mccormick.2@us.af.mil Phone: 601-484-9860 FAX: 601-484-9087 Attachments: Attachment 1: Brand Name Justification (Simplified Acquisition)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/dfaa0c8a5418487ca4c3100f08d0e915/view)
- Place of Performance
- Address: Meridian, MS 39307, USA
- Zip Code: 39307
- Country: USA
- Zip Code: 39307
- Record
- SN05784670-F 20200904/200902230144 (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 |