Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 02, 2013 FBO #4208
SOLICITATION NOTICE

66 -- Optical Spectrum Analyzer - Brand Name Justification - DFARS 252.209-7995

Notice Date
5/31/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-13-T-0144
 
Archive Date
6/25/2013
 
Point of Contact
Emmeline J. Spaulding, Phone: 9375224565
 
E-Mail Address
emmeline.spaulding@wpafb.af.mil
(emmeline.spaulding@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DFARS 252.209-7995 Brand name Justification for Yokogawa This is a combined synopsis/solicitation for an optical spectrum analyzer under the Brand Name Yokogawa, model: AQ6370C-20, prepared in accordance with the format in Federal Acquisition Requirements (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 solicitation number for this requirement is FA8601-13-T-0144 using FAR Subpart 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, 01 APR 2013. This acquisition is going to be under the authority of FAR 6.302-1(c) Brand Name under North American Industry Classification System Code 333314. Size standard is 500 employees. As such the proposed manufacturer is Yokogawa, 2 Dart Road, Newnan, Georgia 30265. This notice therefore is not a request for other manufacturers of optical spectrum analyzers. However, all responsible sources may submit a capability statement, proposal, quotation or exception to the intent to purchase on a brand name basis, which shall be considered by the Government if received within six (6) days of this notice. The AFLCMC/PZIOA Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirements: Brand Name: Yokogawa AQ6370C-20 I. The specific technical requirements are as follows: II. -Range Level of +20 dBm to -90 dBm III. -Wavelength accuracy of 0.01 nm IV. -Wavelength resolution of 0.02 nm V. -Wavelength range from at least 600 nm to 1700 nm 1. Accessories: High pressure ductwork and values to support and connect to other equipment requiring general clean-up drops, self-cleaning, noise reduction system, cleaning and replacement filter indicators. Quotations need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial; and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. In addition the reps and cert in FAR 52.212-3 fill-in must be completed and returned with quote. This can be accomplished by registering in System for Award Management (SAM) at www.sam.gov and completing the on-line Representations and Certifications. 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: Technical Capability and Price. The quotations may be in any format but MUST include: 1) Proposing company's name, address, phone, and Tax I.D. 2) Point of contact's name, phone, and email 3) Quotation number & date 4) Item price 5) Total price 6) Shipping (FOB Destination, Net 30) 7) Applicable discounts 8) Timeframe that the quote is valid 9) Delivery Schedule 10) Warranty Information (if applicable). 11) Completed FAR 52.212-3, Representations and Certifications 12) Completed DFARS 252.209-7995 (see attached) Quotations MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.212-1, Instructions to Offerors -- Commercial FAR 52.212-2, Evaluation Factors [the fill in portion of this clause is: technical and price] FAR 52.212-3, Representations and Certifications The following clauses are incorporated by reference and apply to this acquisition: 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. FAR 52.203-6, Restrictions on Subcontractor Sales to the Government FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-28, Post Award Small Business Program Representation 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 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARs 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.232-7006 Wide Area Work Flow (WAWF) Electronic Invoicing Instructions ASC/PKO G-002, Delivery Procedures Commercial Vehicles All Quotations and responses must be received no later than 11:00 AM, Eastern Time on 10 June 2013. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please email to emmeline.spaulding@us.af.mil via a PDF compatible attachment: Any questions should be directed to Emmeline Spaulding at emmeline.spaulding@us.af.mil. Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-13-R-0029. " Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe, or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson AFB. If sending attachments with e-mail ensure only.PDF,.doc, or.xls documents are sent. The e-mail filter may delete any other form of attachments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-13-T-0144/listing.html)
 
Place of Performance
Address: WPAFB OHIO, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03076949-W 20130602/130601000513-6258fd7aa7fdab4d61f7f52a39f7b174 (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 |
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.