SOLICITATION NOTICE
66 -- VECTOR SIGNAL GENERATOR AND SIGNALANALYSIS SOFTWARE - CHARACTERISTICS
- Notice Date
- 12/23/2013
- 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 Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-14-T-0025
- Archive Date
- 1/25/2014
- Point of Contact
- GLORIA D. TIGGS, Phone: 9375224629
- E-Mail Address
-
gloria.tiggs@wpafb.af.mil
(gloria.tiggs@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- RF VECTOR SIGNAL GENERATOR SPECIFICATIONS The U.S. Air Force requires "VECTOR SIGNAL GENERATOR AND SIGNAL ANALYSIS SOFTWARE" that meet the specifications outlined below. The anticipated award is firm fixed price - best value. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA8601-14-T-0025 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-71, 25 November 2013. This is a full and open competition requirement. The NAICS Code is 334515 with a Size Standard of 500 Employees. The RFQ has one line item: Contractor shall provide "VECTOR SIGNAL GENERATOR AND SIGNAL ANALYSIS SOFTWARE" in accordance with the Minimum Requirements in (Attachment 1). More information is available upon email request to Mrs. Gloria Tiggs at gloria.tiggs@us.af.mi. 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. This can be accomplished by registering in SAM at https://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: 1) Technical Capability 2) Price. The quotations may be in any format but MUST include: 1) Proposing company's name, address, Tax ID Number, Cage Code and phone 2) Point of contact's name, phone, and email 3) Quotation number & date 4) Item price 5) Total price (Net 30) 6) Shipping (FBO: Destination) 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 (If not in SAM) 12) Completed DFARS 252.209-7994 (See attachment titled "252.209-7994") 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 https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003 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 FAR and DFARS provisions apply to this acquisition: 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 FAR 52.215-20 Requirement for Certified Cost or Pricing Date and Other than Certified Cost or Pricing Data FAR 52.252-5 Authorized Deviations in Provisions FAR 52.252-1 Solicitation Provisions Incorporated by Reference DFARS 252.209-7994 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-00004) (OCTOBER 2013) DFARS 252.225-7035-Buy American--Free Trade Agreements--Balance of Payments The following FAR and DFARS apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions -- Commercial Items FAR 52.247-34 F.o.b. - Destination FAR 52.252-4 Alterations in Contract 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 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.247-7023 Transportation of Supplies by Sea Alternate III FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items: --FAR 52.204-10- Reporting Executive Compensation and First-Tier Subcontract Awards. --FAR.52.209-1-Qualification Requirement --FAR 52.219-4- Notice of Price Evaluation Preference for HUBZone 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 52.222-36- Affirmative Action for Workers with Disabilities --FAR 52.223-18 -Encouraging Contractor Policies 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 - --FAR 52.232-39 -Unenforceability of Unauthorized Obligations FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-4, Alterations in Contract "FAR 52.212-4(j) Reserved" DFARS 252.211-7003 Item Identification and Valuation. DFARS 252.232-7006 Wide Area Workflow Payment Instructions AFFARS 5352.201-9109 Ombudsman AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances STMNT NBR 03: ( fill in Base Supply ---- DELIVERY INSTRUCTION-Location of Delivery: BUILDING 257 5236 CHASE STREET, WRIGHT-PATTERSON AFB OH 45433-5501) Quotations, references AND completed representations and certifications, if not available in SAM, are due by 12::00 pm Eastern Time on Friday, 10 January 2014, to: GLORIA TIGGS E-mail: gloria.tiggs@us.af.mil Mailing Address: ATTN: GLORIA TIGGS AFLCMC/ PZIOB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Mrs. GLORIA TIGGS at gloria.tiggs@@us.af.mil or 937-522-4629. Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-14-T-0025 ". 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/FA8601-14-T-0025/listing.html)
- Place of Performance
- Address: WRIGHT-PATTERSON AFB OH, WPAFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN03257026-W 20131225/131223234456-2eb3f97af3f931d7f44af7c79735b8af (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 |