Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2018 FBO #6005
SOLICITATION NOTICE

66 -- Hand Held Spectrum Analyzer - Attachments

Notice Date
5/1/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-18-Q-0049
 
Archive Date
5/23/2018
 
Point of Contact
Jennifer Calandra-Willson, Phone: 315-330-4009
 
E-Mail Address
JenniferCalandra-Willson@us.af.mil
(JenniferCalandra-Willson@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Reps & Certs Brand Name J&A 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; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-18-Q-0049 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20180418. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is being issued as a Total Small Business Set Aside. The NAICS code is 334519 and small business size standard is 500 employees. The contractor shall provide the items detailed below on a BRAND NAME ONLY, Firm Fixed Price basis, including the cost of shipping FOB Destination. See the attached Brand Name justification (Attachment 1). CLIN 0001: 1. Quantity of 1: Product # MS2720T Product Description: SPECTRUM MASTER (MUST BE ORDERED WITH ONE FREQUENCY OPTION). SUPPLIED WITH 3 YEAR WARRANTY COVERAGE 2. Quantity of 1: Product # MS2720T-0720 Product Description: OPTION 720, FREQUENCY RANGE 9 KHZ - 20 GHZ 3. Quantity of 1: Product # MS2720T-0019 Product Description: OPTION 19, HIGH ACCURACY POWER METER (REQUIRES USB POWER SENSOR) 4. Quantity of 1: Product # MA24118A Product Description: TRUE-RMS USB POWER SENSOR, 10 MHZ - 18 GHZ (INCLUDES 2000-1605-R AND 2000-1606-R CABLES). SUPPLIED WITH 1 YEAR WARRANTY COVERAGE 5. Quantity of 2: Product # 1091-26-R Product Description: ADAPTER, DC TO 18 GHZ, N(M) - SMA(M), 50 OHMS. SUPPLIED WITH 1 YEAR WARRANTY COVERAGE. 6. Quantity of 2: Product # 1091-27-R Product Description: ADAPTER, DC TO 18 GHZ, N(M)-SMA(F), 50 OHMS. SUPPLIED WITH 1 YEAR WARRANTY COVERAGE. 7. Quantity of 2: Product # 1091-80-R Product Description: ADAPTER, DC TO 18 GHZ, N(F)-SMA(M), 50 OHMS. SUPPLIED WITH 1 YEAR WARRANTY COVERAGE. 8. Quantity of 2: Product # 1091-81-R Product Description: ADAPTER, DC TO 18 GHZ, N(F)-SMA(F), 50 OHMS. SUPPLIED WITH 1 YEAR WARRANTY COVERAGE. 9. Quantity of 2: Product # 1091-172-R Product Description: ADAPTER, DC TO 1.3 GHZ, N(M) - BNC(F), 50 OHMS. SUPPLIED WITH 1 YEAR WARRANTY COVERAGE. 10. Quantity of 2: Product # 34NN50A Product Description: PRECISION ADAPTER, DC TO 18 GHZ, N(M) - N(M), 50 OHMS. SUPPLIED WITH 1 YEAR WARRANTY COVERAGE. 11. Quantity of 2: Product # 34NFNF50 Product Description: PRECISION ADAPTER, DC TO 18 GHZ, N(F) - N(F), 50 OHMS. SUPPLIED WITH 1 YEAR WARRANTY COVERAGE. 12. Quantity of 2: Product # 42N50-20 Product Description: ATTENUATOR, 20 DB, 5 WATT, DC TO 18 GHZ, N(M) - N(F). SUPPLIED WITH 1 YEAR WARRANTY COVERAGE Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The required delivery date is 6 weeks After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY. The provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3PM, (Eastern Time) 8 May 2018. Submit to: AFRL/RIKO, Attn: Jennifer Calandra-Willson, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to jennifer-calandra-willson@us.af.mil Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (b)(12) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; and (ii) price; All evaluation factors are of equal importance. Award will be made to the lowest priced, technically capable offeror. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; Alternate I. For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 2) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers With Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment By Electronic Funds Transfer-System For Award Management The following additional FAR and FAR Supplement provisions and clauses also apply: 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.204-22, Alternative Line Item Proposal 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.247-34, FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7011, Alternative Line Item Structure 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003, Item Identification and Valuation (MAR 2016) Para. (c)(1)(i): Insert Contract Line, Subline, or Exhibit Line Item Number and Item Description: ‘N/A' Para. (c)(1)(ii): Identify Contract Line, Subline, or Exhibit Line Item Number and Item Description: ‘N/A' Para. (c)(1)(iii): Attachment Number: ‘N/A' Para. (c)(1)(iv): Attachment Number: ‘N/A' Para. (f)(2)(iii): ‘N/A 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7031, Secondary Arab Boycott of Israel 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.244-7000, Subcontracts for Commercial Items 252.246-7008, Source of Electronic Parts 252.247-7023, Transportation of Supplies by Sea - Basic 252.247-7024, Notification of Transportation of Supplies by Sea 5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Ms Lisette K. LeDuc, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 COM: 937-904-4407, email: lisette.leduc@us.af.mil. Alternate Ombudsman: Ms Kimberly L. Yoder, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 COM: 937-255-4967, email: kimberly.yoder@us.af.mil The following additional requirements apply: Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. Note that the clause at 252.211-7003 is included in this solicitation. Agency specific guidance is provided below: For proposed CLIN Line Item Number 0001, vendors will be expected to supply Unique Item Identifier (UII/ UID) labels. UII/ UID component data elements should be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; Error Checking and Correction 200 (ECC200) data matrix specification. (A)LABEL: If using Construct 1: Encode the two dimensional data matrix with CAGE CODE (Enterprise ID) and Serial #. If using Construct 2: Encode the two dimensional data matrix with CAGE CODE, Serial #, and Part/Lot/Batch #. Any costs associated in complying with these terms should be included as part of the firm fixed priced offer herein. 9The Defense Priorities and Allocations System (DPAS) rating DO-C9 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered. Notice to Offeror(s)/Suppliers(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an Offeror for any costs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-18-Q-0049/listing.html)
 
Record
SN04907381-W 20180503/180501231200-3c0f03b31d43bf762d7755024f1c16bf (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.