SOLICITATION NOTICE
66 -- Spirent-Abacus Service and Support Maintenance - PWS
- Notice Date
- 7/21/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
- ZIP Code
- 33621-5000
- Solicitation Number
- F2VTJ50179AQ01A
- Archive Date
- 8/17/2010
- Point of Contact
- Joyce K. Wright, Phone: 813-828-4730
- E-Mail Address
-
joyce.wright@us.af.mil
(joyce.wright@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- PWS for SPIRENT Requirement This is a combined synopsis/solicitation for a commercial supply and/or service 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. This is a Request For Quote (RFQ) and the solicitation number is F2VTJ50179AQ01. This acquisition is unrestricted. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: DESCRIPTION OF REQUIREMENT: Spirent-Abacus Service and Support to include the following: CLIN 0001 (1 Each) BASE YEAR Extended Support 1 Year Lapsed (Period of Performance 21 Aug 2010 - 20 Aug 2011) for the following part numbers: SCS-3000 SN# 326SU, AB3-3050, SN#N06375332, SWF-3210 SN#s 326EC & 326SU, PCG-3004BF SN# 331J4, PCG-3000R SN#32N0Q, SWF-3060 SN#331J4, SWF-3063 SN#331J4, SWF-3064 SN#331J4, SWF-3067 SN#331J4, SWF-3072 SN#331J4, ICG-3001C SN#ICG-3001CF SN#8RZNV, ICG-3001R SN#32VM2, SWF-3000 SN#8RZNV, SWF-3215 SN#8RZNV, SWF-3004 SN#8RZNV, SWF-3009 SN#8RZNV, SWF-3014 SN#8RZNV, SWF-3129 SN#8RZNV CLIN 0002 (1 Each) BASE YEAR Extended Support 1 Year Lapsed (Period of Performance 21 Aug 2010 - 20 Aug 2011) for the following part numbers: AB3-3050 SN#N05070262, SCS-3000 SN#326EC, PCG-3000BF SN#32X8Q, SWF-3030 SN#32X8Q, SWF-3033 SN#32X8Q, SWF-3034 SN#32X8Q, SWF-3037 SN#32X8Q, PCG-3004R SN#6DQ6Z, SWF-3042 SN#32X8Q, ICG-3001R SN#32VH5, ICG-3001CF SN#CEVBM, SWF-3000 SN#CEVBM, SWF-3009 SN#CEVBM, SWF-3215 SN#CEVBM, SWF-3129 SN#CEVBM, SWF-3007 SN#CEVBM, SWF-3014 SN#CEVBM, SWF-3008 SN#CEVBM CLIN 0003 (1 Each) BASE YEAR Trade-In ICG-3001 to ICG-3001D (Period of Performance 21 Aug 2010 - 20 Aug 2011) for the following part numbers: ICG-3001CF SN#8RZNV & ICG-3001R SN#32VM2 CLIN 0004 (1 Each) BASE YEAR Trade-In ICG-3001 to ICG-3001D (Period of Performance 21 Aug 2010 - 20 Aug 2011) for the following part numbers: ICG-3001CF SN#CEVBM & ICG-3001R SN#32VH5 CLIN 0005 (1 Each) BASE YEAR Spirent Testcenter Extended Support 1 Year Renewal (Period of Performance 21 Aug 2010 - 20 Aug 2011) for the following part numbers: CTL-2002A SN#E08290605, CHS-2000B SN#E08121082, SPK-1022-2U SN#E08290605, SPK-0002 SN#E08290605, BPK-1033A-2U SN#E08290605, EDM-2003B SN#E08101405 CLIN 0006 (1 Each) OPTION YEAR ONE Abacus Extended Support 1 Year Renewal (Period of Performance 21 Aug 11 - 20 Aug 12) for the following part numbers: SCS-3000 SN# 326SU, AB3-3050, SN#N06375332, SWF-3210 SN#s 326EC & 326SU, PCG-3004BF SN# 331J4, PCG-3000R SN#32N0Q, SWF-3060 SN#331J4, SWF-3063 SN#331J4, SWF-3064 SN#331J4, SWF-3067 SN#331J4, SWF-3072 SN#331J4, ICG-3001C SN#ICG-3001CF SN#8RZNV, ICG-3001R SN#32VM2, SWF-3000 SN#8RZNV, SWF-3215 SN#8RZNV, SWF-3004 SN#8RZNV, SWF-3009 SN#8RZNV, SWF-3014 SN#8RZNV, SWF-3129 SN#8RZNV CLIN 0007 (1 Each) OPTION YEAR ONE Abacus Extended Support 1 Year Renewal (Period of Performance 21 Aug 11- 20 Aug 12) for the following part numbers: AB3-3050 SN#N05070262, SCS-3000 SN#326EC, PCG-3000BF SN#32X8Q, SWF-3030 SN#32X8Q, SWF-3033 SN#32X8Q, SWF-3034 SN#32X8Q, SWF-3037 SN#32X8Q, PCG-3004R SN#6DQ6Z, SWF-3042 SN#32X8Q, ICG-3001R SN#32VH5, ICG-3001CF SN#CEVBM, SWF-3000 SN#CEVBM, SWF-3009 SN#CEVBM, SWF-3215 SN#CEVBM, SWF-3129 SN#CEVBM, SWF-3007 SN#CEVBM, SWF-3014 SN#CEVBM, SWF-3008 SN#CEVBM CLIN 0008 (1 Each) OPTION YEAR ONE Spirent Testcenter Extended Support 1 Year Renewal (Period of Performance 21 Aug 11 - 20 Aug 12) for the following part numbers: CTL-2002A SN#E08290605, CHS-2000B SN#E08121082, SPK-1022-2U SN#E08290605, SPK-0002 SN#E08290605, BPK-1033A-2U SN#E08290605, EDM-2003B SN#E08101405 CLIN 0009 (1 Each) OPTION YEAR TWO Abacus Extended Support 1 Year Renewal (Period of Performance 21 Aug 12 - 20 Aug 13) for the following part numbers: SCS-3000 SN# 326SU, AB3-3050, SN#N06375332, SWF-3210 SN#s 326EC & 326SU, PCG-3004BF SN# 331J4, PCG-3000R SN#32N0Q, SWF-3060 SN#331J4, SWF-3063 SN#331J4, SWF-3064 SN#331J4, SWF-3067 SN#331J4, SWF-3072 SN#331J4, ICG-3001C SN#ICG-3001CF SN#8RZNV, ICG-3001R SN#32VM2, SWF-3000 SN#8RZNV, SWF-3215 SN#8RZNV, SWF-3004 SN#8RZNV, SWF-3009 SN#8RZNV, SWF-3014 SN#8RZNV, SWF-3129 SN#8RZNV CLIN 0010 (1 Each) OPTION YEAR TWO Abacus Extended Support 1 Year Renewal (Period of Performance 21 Aug 12- 20 Aug 13) for the following part numbers: AB3-3050 SN#N05070262, SCS-3000 SN#326EC, PCG-3000BF SN#32X8Q, SWF-3030 SN#32X8Q, SWF-3033 SN#32X8Q, SWF-3034 SN#32X8Q, SWF-3037 SN#32X8Q, PCG-3004R SN#6DQ6Z, SWF-3042 SN#32X8Q, ICG-3001R SN#32VH5, ICG-3001CF SN#CEVBM, SWF-3000 SN#CEVBM, SWF-3009 SN#CEVBM, SWF-3215 SN#CEVBM, SWF-3129 SN#CEVBM, SWF-3007 SN#CEVBM, SWF-3014 SN#CEVBM, SWF-3008 SN#CEVBM CLIN 0011 (1 Each) OPTION YEAR TWO Spirent Testcenter Extended Support 1 Year Renewal (Period of Performance 21 Aug 12 - 20 Aug 13) for the following part numbers: CTL-2002A SN#E08290605, CHS-2000B SN#E08121082, SPK-1022-2U SN#E08290605, SPK-0002 SN#E08290605, BPK-1033A-2U SN#E08290605, EDM-2003B SN#E08101405 CLIN 0012 (1 Each) OPTION YEAR THREE Abacus Extended Support 1 Year Renewal (Period of Performance 21 Aug 13 - 20 Aug 14) for the following part numbers: SCS-3000 SN# 326SU, AB3-3050, SN#N06375332, SWF-3210 SN#s 326EC & 326SU, PCG-3004BF SN# 331J4, PCG-3000R SN#32N0Q, SWF-3060 SN#331J4, SWF-3063 SN#331J4, SWF-3064 SN#331J4, SWF-3067 SN#331J4, SWF-3072 SN#331J4, ICG-3001C SN#ICG-3001CF SN#8RZNV, ICG-3001R SN#32VM2, SWF-3000 SN#8RZNV, SWF-3215 SN#8RZNV, SWF-3004 SN#8RZNV, SWF-3009 SN#8RZNV, SWF-3014 SN#8RZNV, SWF-3129 SN#8RZNV CLIN 0013 (1 Each) OPTION YEAR THREE Abacus Extended Support 1 Year Renewal (Period of Performance 21 Aug 13- 20 Aug 14) for the following part numbers: AB3-3050 SN#N05070262, SCS-3000 SN#326EC, PCG-3000BF SN#32X8Q, SWF-3030 SN#32X8Q, SWF-3033 SN#32X8Q, SWF-3034 SN#32X8Q, SWF-3037 SN#32X8Q, PCG-3004R SN#6DQ6Z, SWF-3042 SN#32X8Q, ICG-3001R SN#32VH5, ICG-3001CF SN#CEVBM, SWF-3000 SN#CEVBM, SWF-3009 SN#CEVBM, SWF-3215 SN#CEVBM, SWF-3129 SN#CEVBM, SWF-3007 SN#CEVBM, SWF-3014 SN#CEVBM, SWF-3008 SN#CEVBM CLIN 0014 (1 Each) OPTION YEAR THREE Spirent Testcenter Extended Support 1 Year Renewal (Period of Performance 21 Aug 13 - 20 Aug 14) for the following part numbers: CTL-2002A SN#E08290605, CHS-2000B SN#E08121082, SPK-1022-2U SN#E08290605, SPK-0002 SN#E08290605, BPK-1033A-2U SN#E08290605, EDM-2003B SN#E08101405 CLIN 0015 (1 Each) OPTION YEAR FOUR Abacus Extended Support 1 Year Renewal (Period of Performance 21 Aug 14 - 20 Aug 15) for the following part numbers: SCS-3000 SN# 326SU, AB3-3050, SN#N06375332, SWF-3210 SN#s 326EC & 326SU, PCG-3004BF SN# 331J4, PCG-3000R SN#32N0Q, SWF-3060 SN#331J4, SWF-3063 SN#331J4, SWF-3064 SN#331J4, SWF-3067 SN#331J4, SWF-3072 SN#331J4, ICG-3001C SN#ICG-3001CF SN#8RZNV, ICG-3001R SN#32VM2, SWF-3000 SN#8RZNV, SWF-3215 SN#8RZNV, SWF-3004 SN#8RZNV, SWF-3009 SN#8RZNV, SWF-3014 SN#8RZNV, SWF-3129 SN#8RZNV CLIN 0016 (1 Each) OPTION YEAR FOUR Abacus Extended Support 1 Year Renewal (Period of Performance 21 Aug 14- 20 Aug 15) for the following part numbers: AB3-3050 SN#N05070262, SCS-3000 SN#326EC, PCG-3000BF SN#32X8Q, SWF-3030 SN#32X8Q, SWF-3033 SN#32X8Q, SWF-3034 SN#32X8Q, SWF-3037 SN#32X8Q, PCG-3004R SN#6DQ6Z, SWF-3042 SN#32X8Q, ICG-3001R SN#32VH5, ICG-3001CF SN#CEVBM, SWF-3000 SN#CEVBM, SWF-3009 SN#CEVBM, SWF-3215 SN#CEVBM, SWF-3129 SN#CEVBM, SWF-3007 SN#CEVBM, SWF-3014 SN#CEVBM, SWF-3008 SN#CEVBM CLIN 0017 (1 Each) OPTION YEAR FOUR Spirent Testcenter Extended Support 1 Year Renewal (Period of Performance 21 Aug 14 - 20 Aug 15) for the following part numbers: CTL-2002A SN#E08290605, CHS-2000B SN#E08121082, SPK-1022-2U SN#E08290605, SPK-0002 SN#E08290605, BPK-1033A-2U SN#E08290605, EDM-2003B SN#E08101405 The customer is requesting a base year plus 4 one year option contract. If this is possible, please provide a quote for the above and one for each option year. If you are unable to provide any option years, we are still looking for the above. If you are unable to provide 4 option years, please provide what you can. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-42 effective 16 July 2010, DFAR DCN 20100713, and AFFAR AFAC 2010-0402. The North American Industry Classification System code (NAICS) is 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. The Standard Industrial Classification (SIC) is 3825, Instruments for Measuring and Testing of Electricity and Electrical Signals. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. This is a Brand Name or Equal requirement. Any Or Equal proposal received will be sent to the technical advisor for compatibility or functionality. Award will be made to the quotation which offers the best value to the government. Multiple awards may be accomplished if any items are determined to be unbalanced. The Government also reserves the right to make no award at all. DELIVERY ADDRESS: Equipment is procured on behalf of Joint Communications Support Element (JCSE), 8532 Marina Bay Dr., MacDill AFB, FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.211-06, Brand Name or Equal; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-18, Availability of Funds; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.219-28, Post-Award Small Business Program Representative; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003, Control of government personnel work product; DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A, DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of contract modifications. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Alt III, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause). Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Monday, 2 August 2010, by 10:00 a.m. EST. Submit offers or any questions to the attention of Joyce Wright, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to joyce.wright@macdill.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VTJ50179AQ01A/listing.html)
- Place of Performance
- Address: 8532 Marina Bay Dr, Tampa, Florida, 33621, United States
- Zip Code: 33621
- Zip Code: 33621
- Record
- SN02212934-W 20100723/100721235216-bfddad6ad53dcc486757a2e06de14f85 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |