SOLICITATION NOTICE
58 -- DSNG and Contribution Demodulator - Combined Synopsis & Solicitation
- Notice Date
- 7/30/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- Department of the Air Force, Air Force Material Command, AFLCMC/HB - Hanscom, 11 Barksdale Ave Bldg 1614, Hanscom Air Force Base, Massachusetts, 01731, United States
- ZIP Code
- 01731
- Solicitation Number
- FA8307-15-R-0139
- Archive Date
- 8/25/2015
- Point of Contact
- Regina L. Croff, Phone: (210) 925-0723
- E-Mail Address
-
regina.croff.1@us.af.mil
(regina.croff.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Packaging Transportation This is a combined synopsis/solicitation for commercial items prepared in accordance with 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 solicitation is being conducted under FAR Part 13, Simplified Acquisition Procedures (SAP) as a Request for Proposal (RFP). The solicitation number FA8307-13-R-0139 is issued as a RFP. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-67 effective 21 June 2013, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20130710, and Air Force Acquisition Circular (AFAC) 2013-0327. This solicitation is under Other Than Full and Open Competition and is a Sole Source only requirement. The associated North American Industrial Classification Standard Code (NAICS) code for this acquisition is 517410 "Satellite Telecommunications" which is a small business. The size standard in millions of dollars is $32.5. The Air Force Life Cycle Management Center, Cryptologic and Cyber Systems Contracting Division (HNCKS), intends to award a Firm Fixed Price contract utilizing SAP to purchase: CLIN: Description P/N Quantity Cost Total Price 0001: DSNG and Contribution Demodulator. Basic Platform with Configuration Options: Input and Output Interface, Modulation and Baud Rate and 10 MHz Reference In/Out. NSN: 5820-ND-027-156J P/N: AZ910 R9 3 EA 0002: Shipping Cost Delivery requirements are 60 days after receipt of order. Award will be made on "all" or "none" basis. Place of delivery shall be AFLCMC/HNCBS, 230 Hall Blvd. STE 215, Lackland AFB, Bldg 2058, San Antonio, TX 78243-7060. All required information must be received on or before 10 August 2015, 8:00 AM, CST. All responsible sources may submit an offer to Regina L. Croff to e-mail: regina.croff.1@us.af.mil The contractor must submit the invoice to the address in Block 18a of the contract. Likewise, the receiving official must submit a copy of the receiving report to the address in Block 18a of the contract. The detailed process will be outlined in the purchase order. All packages and shipping papers shall be marked with the order number to permit effective pricing and timely payment. Applicable Clauses: • FAR 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (Jul 2013) • FAR 52.212-04 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (May 2015) • FAR 52.212-04 ADDENDUM TO CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (Dec 2014) • FAR 52.212-05 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (Apr 2015) (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 items: o (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) o (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C 3553). o (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (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 items: o (25) 52.222-03, Convict Labor (June 2003)(E.O. 11755). o (26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). o (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). o (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). o (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). o (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). o (31) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C.4212). o (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). o (40) 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (Aug 2011). o (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). • FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (Dec 2013) • FAR 52.233-04 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (Oct 2004) • FAR 52.243-01 CHANGES -- FIXED-PRICE (Aug 1987) • FAR 52.247-34 F.O.B. DESTINATION (Nov 1991) • FAR 52.252-02 CLAUSES INCORPORATED BY REFERENCE (Feb 1998) • DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (Sep 2011) • DFARS 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER • RIGHTS (Sep 2013) • DFARS 252.204-7004 ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT (Feb 2014) • DFARS 252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM - BASIC (Nov 2014) • DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (Jun 2012) • DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (May 2013) Fill-ins are: (1) Document type. The Contractor shall use the following document type(s). Combo_______ (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Destination ______ (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table: Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC: F87700 Issue By DoDAAC: FA8307 Admin DoDAAC: FA8307 Inspect By DoDAAC: F2MTN7 Ship To Code: F2MTN7 Mark For Code: F2MTN7 (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Customer/Program Manager: Mr. Joaquin Sanchez at joaquin.sanchez@us.af.mil Contracting Specialist: Mrs. Regina L. Croff at regina.croff.1@us.af.mil Contracting Officer: Mrs. Debra A. Jenrette at debra.jenrette@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Accounting Specialist: Conrad Nishwitz at conrad.nishwitz@us.af.mil • DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS (Dec 2006) • DFARS 252.239-7999 CLOUD COMPUTING SERVICES (DEVIATION) (Jan 2015) • DFARS 252.243-7001 PRICING OF CONTRACT MODIFICATIONS (Dec 1991) • DFARS 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA - BASIC (Apr 2014) • AF 5352.201-9101 OMBUDSMAN (Apr 2015) Para (c). Ombudsmen names, addresses, phone numbers, fax, and email addresses: Ms. Jill Willingham, AFLCMC/AQP, 1790 10th Steet, Wright Patterson AFB, 45433-7630, Telephone#: 937-225-5472 or DSN 785-5472. Email: jill.willinghamallen.1@us.af.mil Applicable Provisions: • FAR 52.204-07 SYSTEM FOR AWARD MANAGEMENT (Jul 2013) • FAR 52.212-01 INSTRUCTION TO OFFERORS-COMMERCIAL ITEMS (Apr 2014) • FAR 52.212-02 EVALUATION--COMMERCIAL ITEMS (Oct 2014) • FAR 52.212-03 OFFEROR REPRESENTATION AND CERTIFICATIONS-COMMERICAL ITEMS (Mar 2015) • FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Dec 2014), Alternate I, (Oct 2014) • DFARS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (Nov 2011) • DFARS 252.204-7004 ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT (Feb 2014)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8bbdb54fd1ba5c6ab93f0520bdb4d3ae)
- Place of Performance
- Address: 230 Hall Blvd Ste 215, Lackland AFB, Bldg 2058, San Antonio, Texas, 78243, United States
- Zip Code: 78243
- Zip Code: 78243
- Record
- SN03817888-W 20150801/150731000612-8bbdb54fd1ba5c6ab93f0520bdb4d3ae (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 |