Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2023 SAM #7884
SOLICITATION NOTICE

66 -- Spectrum Analyzer

Notice Date
6/27/2023 9:50:58 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
FA875123Q0150
 
Response Due
7/11/2023 12:00:00 PM
 
Archive Date
07/26/2023
 
Point of Contact
Jennifer Calandra-Willson, Ashley Ellinger
 
E-Mail Address
Jennifer.Calandra@us.af.mil, ashley.ellinger@us.af.mil
(Jennifer.Calandra@us.af.mil, ashley.ellinger@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 products and commercial services 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 FA875123Q0150 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) 2023-04 and Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) 20230609. 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 750 employees. The contractor shall provide the following items on a firm fixed price basis including the cost of shipping FOB Destination:� The required spectrum analyzer shall meet the following specifications: CLIN 0001, QTY: 1, Spectrum Analyzer - Wavelength range: 350 - 1100 nm (or greater) - Noise Floor: -80 dBm (or -50 dBm/nm as a power density) or better - Resolution: < 10 GHz - Spectral Accuracy: 3 ppm or better after equipment warm-up - Power Accuracy: 1 dB or better after equipment warm-up - Dynamic Range: 30 dB or better in power density - Safe Operating Input Power: 5 mW or greater - Safe Absolute Maximum Input Power: 10 mW or greater - Single-trace acquisition time in highest-accuracy, highest-resolution mode < 10 s. - Included internal alignment and reference source - Accepts mode-locked light (rep rates approx. 80 MHz) as CW without issue - Input: Free space, single mode fiber, or multimode fiber (fiber input may be either or both FC/PC or FC/APC) - Operating software included - Appropriate UID labeling must be included. CLIN 0002, QTY: 1; Power Cord USA SHIP HARDWARE TO: DoDAAC: F4HBL1 Country Code: USA AFRL RIOLSC AF BPN NO MILSBILLS PROCESSES 148 ELECTRONIC PKWY ROME, NY 13441-4503 UNITED STATES Name, Email address, and Phone number of the end user POC associated with the delivery will be provided via Section F of any award resulting from this solicitation.� Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. Used, pre-owned, refurbished, or remanufactured goods will not be accepted.� Items must be factory new. The anticipated delivery date is 3 weeks Days 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. The provision at 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services, applies to this acquisition.� Addendum to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3PM EST 11 JULY 2023.� Submit email responses to jennifer.calandra@us.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Products and Commercial Services. (b)(4) Submit a technical description of the items being offered. (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 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; and waive informalities and minor irregularities in offers received. The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: � (i) technical capability of the item offered to meet the Government requirement and (ii) price All evaluation factors other than price, when combined, are equal. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services, 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 252.225-7055,�Representation Regarding Business Operations with the Maduro Regime For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 1)� The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services, applies to this acquisition.� The following additional FAR clauses cited are incorporated in this contract by reference to implement provisions of law or�Executive�orders applicable to acquisitions of commercial�products�and commercial services: (a)�The�Contractor�shall�comply with the following Federal�Acquisition�Regulation (FAR) clauses, which are incorporated in this�contract�by reference, to implement provisions of law or�Executive�orders applicable to acquisitions of commercial�products�and commercial services: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim (b)�The�Contractor�shall�comply with the FAR clauses in this paragraph (b) that the�Contracting Officer�has indicated as being incorporated in this�contract�by reference to implement provisions of law or�Executive�orders applicable to acquisitions of commercial�products�and commercial services: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-27, Prohibition on a ByteDance Covered Application 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 (c)�The�Contractor�shall�comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the�Contracting Officer�has indicated as being incorporated in this�contract�by reference to implement provisions of law or�Executive�orders applicable to acquisitions of commercial�products�and commercial services. 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 252.204-7024, Notice on the Use of the Supplier Performance Risk System 252.211-7003, Item Identification and Valuation � � Para. (c)(1)(i):� N/A � � Para. (c)(1)(ii): N/A � � Para. (c)(1)(iii): N/A � � Para. (c)(1)(iv):� N/A � � Para. (f)(2)(iii): N/A 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7008, Prohibition of Hexavalent Chromium 252.223-7998 Prohibition on Procurement of Certain Items Containing Perfluorooctane Sulfonate or Perfluorooctanoic Acid DEVIATION 2022-O0010 252.225-7048 Export-Controlled Items 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime 252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (DEVIATION 2020-O0015) 252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation (DEVIATION 2020-O0015) 252.227-7015, Technical Data--Commercial Products and Commercial Services 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 Products and Commercial Services 252.246-7008, Source of Electronic Parts 252.247-7023, Transportation of Supplies by Sea � Basic 5352.201-9101, Ombudsman is hereby incorporated into this solicitation.� The Ombudsman for this acquisition is Ombudsman: Mr. Steven L. Ewers (Primary), AFRL/PK, 1864 Fourth Street, Wright-Patterson AFB OH 45433-7130, COMM (937) 904-9700, FAX (937) 656-7321, email: afrl.pk.workflow@us.af.mil 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://sam.gov/opp/25e3d77886a44e4bad5f21ae96ca3bb6/view)
 
Place of Performance
Address: Rome, NY 13441, USA
Zip Code: 13441
Country: USA
 
Record
SN06729950-F 20230629/230627230048 (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.