Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 13, 2024 SAM #8173
SOLICITATION NOTICE

66 -- Advanced Traversing Antenna Tower

Notice Date
4/11/2024 1:57:32 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
FA9302 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA930224Q0026-2
 
Response Due
4/17/2024 3:00:00 PM
 
Archive Date
04/20/2024
 
Point of Contact
Adam Confer, Suzanna Kussman
 
E-Mail Address
adam.confer.2@us.af.mil, suzanna.kussman@us.af.mil
(adam.confer.2@us.af.mil, suzanna.kussman@us.af.mil)
 
Description
*The last opportunity to submit questions for this requirement is 10 April 2024 at 3pm PDT.* This is a Combined Synopsis/Solicitation for the procurement of Advanced Traversing Antenna Tower Please see attached SF 1449 (Containing all anticipated Clauses and Provisions) for details. (i) 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; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for requirement. (ii) Solicitation Number: FA930224Q0026-2 **Please provide the full solicitation number on all packages** This acquisition requires a�local contractor who can provide the following for Edwards AFB, CA. Period of Performance/Delivery: 380 Days ARO. PLEASE REVIEW ATTACHED REQUIREMENTS DOCUMENT AND SF 1449 FOR FULL REQUIREMENT DETAILS AND ANTICIPATED CLAUSES. ------------------------------------------------------------------------------------------------------------------------------- 0001 | Materials and Supplies for 60-ft Advanced Traversing Antenna Tower (ATAT) in�accordance with Requirements Document. 0002 | Building and Installation in accordance with Requirements Document. 0003 | EMI Testing and Training in accordance with Section 9 of the Requirements Document. --------------------------------------------------------------------------------------------------------------------- Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote. Offerors may utilize the attached SF1449 to complete quote information or may submit a separate quote; ensuring the quote contains information and pricing for all contract line items (CLINs) included on the SF1449. Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received.� Submit only written offers; oral offers will not be accepted. This solicitation is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Regulation 2024-03 and DFARS Change 03/26/2024 and DAFAC 2023-0707. (iv) THIS REQUIREMENT WILL BE: Full and Open Competition. The North American Industry Classification System (NAICS) number for this acquisition is 334515 �Instrument Manufacturing for Measuring and Testing Electricity and Electric Signals� with a size standard of 750 employees. (v) Period of Performance/Delivery: 380 Days ARO (vi) The provision at FAR 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services (Mar 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/. Offerors shall prepare their quotations in accordance with FAR 52.212-1.� PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE: 1. SAM UEI 2. CAGE Code: 3. Contractor Name: 4. Payment Terms (net 30) or Discount: 5. POC Name, Phone Number, Email: 6. Warranty: 7. Date Offer Expires: 8. FOB Destination: 11: Estimated Delivery Lead Time:� 12. Competed copy of FAR 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items (Oct 2014) or notification that FAR 52.212-3 representation and certifications are available on SAM.gov� (ix)� The provision at FAR 52.212-2, Evaluation�Commercial Products and Commercial Services (Nov 2021) applies to this acquisition. 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: ***Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive*** The solicitation provides that quotations will be evaluated using LPTA; via Best Value PPT. The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability factor contains three non-cost subfactors: (1) Ability to provide the Advanced Traversing Antenna Tower (ATAT), (2) Ability to comply with Requirement 9: EMI of the requirements document. (3) Experience � offers must submit at least three instances of providing this system or a similar system. The agency will first rank quotations according to price, from lowest to highest, and will evaluate the lowest-priced quotation as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the government. Evaluation Factors: 1. Price 2. Technically Acceptability Technically Acceptable Subfactors: Ability to provide Advanced Traversing Antenna System (ATAT) - See attached ATAT Requirements Doc. Responses must comply with Requirement 9: EMI of the requirements document listing that the radio frequency emissions (field strength at 1 meter) from all electronics, wiring and other equipment installed shall not exceed 24 dBuV/m (decibel micro volt per meter) at 100 MHz rising to 69 dBuV/m at 18 GHz and maintain that limit of 69 dbuV/m to 40 GHz. All systems and equipment installed on the transmit tower (e.g., radar absorbent material, electronics panels, electronics wiring, and equipment connected to wiring) shall be designed or protected to withstand and operate within the chamber�s typical test RF environment. For this effort, these systems and equipment shall withstand an incident E-Field strength of 200 V/m (volts per meter). Experience - submit at least three instances of providing this system or a similar system that has met the requirements. The ability to provide the ATAT, and to fulfill all requirements listed on the attached ATAT Requirements Document, will be assigned ratings of satisfactory or unsatisfactory. To be considered for this requirement and determined technically acceptable, contractors must meet or be rated satisfactory for all 3 subfactors listed above. Experience, for those offers submitting at least three instances of providing the ATAT system, will be considered for quality. Quality will be assigned ratings of satisfactory or unsatisfactory, offerors rated unsatisfactory will be found not technically acceptable for experience. The Government will award a purchase order resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ, and considered to be the Best Value based on LPTA. (x) Offerors shall include completed copies of applicable provisions, which are included in the SF1449.�Offers will be considered incomplete if these are not included with the quote.�� (xi) The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services (Dec 2022), applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services (Jun 2023), applies to this acquisition. (xii)�Additional Contract Requirement or Terms and Conditions: Please find a contemplated list of additional provisions/clauses in the attachments; the final list of clauses is dependent upon actual dollar value of the contract award and may change from those provided in the attachment. Full text for the clauses and provisions can be accessed via https://www.acquisition.gov/. (xiii) Defense Priorities and Allocation System (DPAS): N/A (xiv) Quote Submission Information: It is the government�s intent to award without discussions.� Therefore, each initial quote should contain the offeror�s best terms from a price and technical standpoint.� However, the government reserves the right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary. Questions are due by 10 April 2024 at 12:00pm Pacific Daylight Time (PDT). Offers are due by 17 April 2024 at 3:00 PM, Pacific Daylight Time (PDT). No late submissions will be accepted. (xv) For additional information regarding this solicitation contact: Primary Point of Contact: Suzanna Kussman, Contract Specialist, suzanna.kussman@us.af.mil; Secondary Point of Contact: Adam R. Confer, Contracting Officer, adam.confer.2@us.af.mil.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bea965022d574fa78d816ccd363d9243/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN07028050-F 20240413/240411230048 (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.