SOLICITATION NOTICE
66 -- Anritsu Portable Spectrum Analyzer - Combo
- Notice Date
- 7/5/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
- ZIP Code
- 32542-5418
- Solicitation Number
- FA2823-18-Q-8039
- Archive Date
- 7/21/2018
- Point of Contact
- Melissa Ullery, Phone: 8508822832
- E-Mail Address
-
melissa.ullery@us.af.mil
(melissa.ullery@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- J&A Combo The Air Force Test Center, Installation Operational Contracting Division, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for a BRAND NAME ONLY Anritsu Portable Spectrum Analyzer with options. This is a combined synopsis/solicitation for commercial items prepared under Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures 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 Request for Quotation numbered FA2823-18-Q-8039. The acquisition will be 100% small business set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 334516 with a size standard of 1000 employees. Please identify your business size in your response based upon this standard. In accordance with the FAR Subpart 13.106-1(a)(2) offerors are notified that the award will be made to the offer that provides the best value to the government after consideration of the technical, price, and delivery aspects of the offer. Offerors must submit quotations for all items listed. Partial offers will not be considered for award. 1. Requirement: CLIN 0001: Line Quantity Product Product Description 1 1 MS2720T SPECTRUM MASTER (MUST BEORDERED WITH ONE FREQUENCY OPTION). SUPPLIED WITH 3 YEAR WARRANTY COVERAGE; maximum 10 MHz Resolution Bandwith (RBW); portable; weighing less than 10 lbs. 2 1 MS2720T-0720 OPTION 720, FREQUENCY RANGE 9 KHZ -20 GHZ 3 1 MS2720T-0007 OPTION 7, SECURE DATA OPERATION 4 1 MS2720T-0009 OPTION 9, DEMODULATION HARDWARE 5 1 MS2720T-0019 OPTION 19, HIGH ACCURACY POWER METER (REQUIRES USB POWER SENSOR, SOLD SEPARATELY) 6 1 MS2720T-0024 OPTION 24, IQ WAVEFORM CAPTURE (REQUIRES OPTION 9) 7 1 MS2720T-0820 OPTION 820, 20 GHZ TRACKING GENERATOR (REQUIRES OPTION 720) 8 1 MS2720T-0098 OPTION 98, STANDARD CALIBRATION 9 1 MA24218A TRUE-RMS UNIVERSAL USB POWER SENSOR, 10 MHZ-18 GHZ. SUPPLIED WITH 1 YEARWARRANTY COVERAGE In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. The quoted price should be valid through 15 August 2018. The period of performance will begin no later than 30 days ADC. Expedited delivery schedules accepted and encouraged. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-98 effective 31 May 2018. The following provisions and clauses are applicable: • FAR 52.204-7, System for Award Management (P); • FAR 52.212-1, Instructions to Offerors - Commercial • FAR 52.212-3, Alternate I, Offeror Representations and Certifications: Offerors are reminded that an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. • FAR 52.212-4, Contract Terms and Conditions - Commercial Items • FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items. The following clauses cited within this clause are applicable:  FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards  FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment  FAR 52.219-28, Post-Award Small Business Program Rerepresentation;  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 52.223-18, 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 - System for Award Management;  FAR 52.222-37, Employment Reports on Veterans  FAR 52.222-50, Combating Trafficking in Persons  FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving  FAR 52.225-13, Restriction on Certain Foreign Purchases  FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management • FAR 52.232-39, Unenforceability of Unauthorized Obligations • FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors • FAR 52.233-3, Protest After Award • FAR 52.247-34, F.O.B Destination • FAR 52.252-2, Clauses Incorporated by Reference: http://farsite.hill.af.mil/; • DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials • DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights • DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials • DFARS 252.204-7003, Control of Government Personnel Work Product • DFARS 252.204-7004 Alt A, System for Award Management (52.204-7) Alt A • DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls • DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting • DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors • DFARS 252.209-7998 Representation Regarding Conviction of a Felony Criminal • DFARS 252.211-7003, Item Identification and Valuation • DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations • DFARS 252.223-7008, Prohibition of Hexavalent Chromium • DFARS 252.225-7001- Buy American Act and Balance of Payments Program; • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.225-7012, Preference for Certain Domestic Commodities • DFARS 252.225-7048, Export Controlled Items • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.232-7006, Wide Area Work Flow Payment Instructions • DFARS 252.232-7010, Levies on Contract Payments • DFARS 252.239-7017, Notice of Supply Chain Risk • DFARS 252.239-7018, Supply Chain Risk • DFARS 252.243-7001, Pricing of Contract Modifications • DFARS 252.244-7000, Subcontracts for Commercial Items • DFARS 252.247-7023, Transportation of Supplies by Sea; Incorporated by full text: • AFFARS 5352.201-9101, OMBUDSMAN (JUN 2016) (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 of protests or formal contract disputes. The ombudsman may refer the interested 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, the interested party may contact the ombudsman, AFTC CV. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (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. • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (C); As prescribed in 5323.804-90, insert the following clause in solicitations and contracts: ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (NOV 2012) (a) Contractors shall not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.] (End of clause) Please provide a response to clause DFARS 252.209-7999 with your quotation. To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil. Wide Area Workflow (WAWF) invoicing instructions will be incorporated in the contract document at award. Vendors must be registered in System for Award Management (www.sam.gov) before award can be made. Questions are due no later than 12:00 P.M. Central Standard Time 13 Jul 2018. All responses must be received no later than 12:00 P.M., Central Standard Time on 20 Jul 2018. Send all questions and submission packages via email to Melissa Ullery at melissa.ullery@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4b6e2fdcb2c6966e480bcc17748fc30c)
- Place of Performance
- Address: Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN04980426-W 20180707/180705230534-4b6e2fdcb2c6966e480bcc17748fc30c (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 |