Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2021 SAM #7015
SOLICITATION NOTICE

66 -- Oscilloscope and Analyzers

Notice Date
2/10/2021 12:20:55 PM
 
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
FA875120Q0046
 
Response Due
2/17/2021 12:00:00 PM
 
Archive Date
03/04/2021
 
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; 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 FA8751-20-Q-0046 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) 2021-04 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20210115.� See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as total small business set-aside under NAICS code 334515 and small business size standard of 750 employees. The contractor shall provide all items identified in the List of Materials (Attachment 1), on a BRAND NAME OR EQUAL, firm fixed price basis including the cost of shipping FOB Destination. See Attachment #1 List of Materials, for a complete list of specifications. All Offerors shall be authorized resellers/distributors for whatever brand products are being proposed.� Any offers received from Offerors who are not authorized for the brand of products they are proposing will not be considered for award. � The identified items reflect the physical, functional, and performance characteristics that reflect the characteristics and level of quality that will satisfy the minimum level of quality or reliability desired; however the offeror may provide a solution equivalent to or exceeding the functional and performance characteristics of the identified items and it will be considered for technical acceptability. The items listed may be offered on a ""brand name or equal basis"" pursuant to FAR 52.211-6; part numbers are provided for reference only. Technical information must be provided in sufficient detail to allow adequate and thorough technical evaluation of the proposed equal solution. Used, pre-owned, refurbished, or remanufactured goods will not be accepted.� Items must be factory new. 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 6-22 Wks After Receipt of Order (ARO). 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 . INSTRUCTIONS The provision at 52.212-1, Instructions to Offerors � Commercial Items applies to this acquisition.� Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3PM Eastern Time, Wednesday, 17 February 2021.� Submit to:� AFRL/RIKO, Attn: Tabitha Haggart 26 Electronic Parkway, Rome NY 13441-4514 by email to Tabitha.Haggart@us.af.mil Offerors are encouraged to submit their 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 interchanges 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 interchanges 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. (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 5 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. � EVALUATION The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: � price and technical capability The Government intends to award to the Lowest Priced Technically Acceptable Offer. In determining required technical acceptability, the Government will evaluate the items offered for compliance with the specifications listed in the List of Materials (LOM) (Attachment 1). All evaluation factors when combined are approximately equal. 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, as well as the following: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Representation 252.225-7000, Buy American--Balance of Payments Program Certificate For your convenience all referenced certifications are attached to this solicitation. (Attachment 2) 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.� The following additional FAR clauses cited in the clause are applicable 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 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers With Disabilities 52.222-37, Employment Reports on Veterans �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 Supplement provisions and 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 52.211-6, Brand Name or Equal 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 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.211-7003, Item 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 Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American and Balance of Payments Program 252.225-7048 Export-Controlled Items 252.225-7973, Prohibition on the Procurement of Foreign Made Unmanned Aircraft Systems�Representation 252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (MAY 2020) (DEVIATION 2020-O0015) 252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation (MAY 2020) (DEVIATION 2020-O0015) 252.225-7974� Representation Regarding Business Operations with the Maduro Regime (FEB 2020) (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 Payments 252.232-7017, Accelerating Payments to Small Business Subcontractors�Prohibition on Fees and Consideration 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 � Basic 5352.201-9101, Ombudsman (OCT 2019) is hereby incorporated into this solicitation.� The Ombudsman for this acquisition is: Ms. Rosalind Harper (Primary) Mr. Steven Ewers (Alternate) 1864 4th Street WPAFB OH 45433 Phone: (937) 904-9700 � FAX: (937) 656-7321 afrl.pk.workflow@us.af.mil 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 DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://piee.eb.mil/). Wide Area Workflow Training may be accessed online at this location. 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 award of an order that will provide applicable codes for proper invoice submission. Note that the clause at 252.211-7003 is included in this solicitation.� Agency specific guidance is provided below: For proposed Line Item Numbers 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 �has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ea19b4600a104121904aead4e4aa8fbe/view)
 
Record
SN05913757-F 20210212/210210230117 (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.