SOLICITATION NOTICE
66 -- Radio Frequency Source
- Notice Date
- 4/21/2020 11:31:47 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- FA8751 AFRL RIKO ROME NY 13441-4514 USA
- ZIP Code
- 13441-4514
- Solicitation Number
- FA875120Q0038
- Response Due
- 4/29/2020 12:00:00 PM
- Archive Date
- 05/14/2020
- Point of Contact
- Brooke McDonald, Jenna Tarbania
- E-Mail Address
-
Brooke.McDonald@us.af.mil, jenna.tarbania@us.af.mil
(Brooke.McDonald@us.af.mil, jenna.tarbania@us.af.mil)
- Description
- 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 FA8751-20-Q-0038 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) 2020-05 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20200408.� See http://acquisition.gov for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as unrestricted under NAICS code 334515 and small business size standard of 750 employees. The contractor shall provide all items identified in the List of Required Items below on a, firm fixed price basis including the cost of shipping FOB Destination. PN: SMA100B- Signal Generator base unit, frequency option (R&S SMAB-B103/B106/B112/B120/B131/B140/B140N/B150/B150N/B167/B167N) and height unit option (R&S SMAB-B92/B93) required. QTY: 1 PN: SMAB-B92- Height unit 2 HU, frequency option (R&S SMAB-B103/B106/B112/B120/B131/B140(n)/B150(N)/B167(N)) required. Not installable post factory (hardware option) QTY: 1 SMAB-B120- Frequency range: 8 kHz to 20 GHz, not installable post factory (hardware option) QTY: 1 PN: SMAB-K33- High output power 12.75/20GHz, frequency option (R&S SMAB-B112/B120) required (software license) QTY: 1 PN: SMAB-B711**- Ultra low phase noise, frequency option (R&S SMAB-B106, -B112, -B120) required, not installable post factory (hardware option) QTY: 1 PN: SMAB-K22- pulse modulator (software license) QTY: 1 PN: SMAB-K23- pulse generator (software license) QTY: 1 PN: SMAB-K703- 100MHz, 1GHz Ultra low noise reference input/output (software license) QTY: 1 PN: ZZA-KNP21- BW2010-Plus 2HU 19 Inch Rack Mount Kit, 12 month warranty QTY: 1 PN: ERST.2- Testport adapter, N female, 12 month warranty QTY: 1 PN: CW2SMA100B- Extension of the 3 year standard product warranty to 5 years and Calibration Coverage for SMA100B 12.75 to 40 GHz for 5 years: 1 scheduled R&S Manufacturer-Calibration according to the 36 month recommended calibration interval- all repairs an all necessary R&S Manufacturer- Calibrations after repair or option upgrade QTY: 1 PN: SMW200A- Vector signal generator, base unit, frequency option for RF path A (R&S SMW- B103/B106/B1007/B1012/B1044/B1044N) and baseband main module (R&S SMW-B13/B13T/B13XT) required QTY: 1 PN: SMW-B1020- Frequency range: 100 kHz to 20 GHz for RF path A, not installable post factory (hardware option) QTY: 1 PN: SMW-B13- Signal routing and baseband main module, one I/Q path to RF section, retrofittable in factory only (hardware option) QTY: 1 PN: SMW-B90- Phase coherence, retrofit in factory only (hardware option) QTY: 1 PN: SMW-K22-pulse modulator, frequency option, R&S SMW-B10xx/B-20xx required (software license) QTY: 1 PN: SMW-K23- High performance pulse generator, R&S SMW-B13/B13T/B13XT required (software license) QTY: 1 PN: SMW-K703- 100 MHz, 1 GHz ultra low noise reference input/output, frequency option R&S SMW-B10xx required (software license) QTY: 1 PN: SMW-K16- Differential analog I/Q outputs, R&S SMW-B13/B13T required (software license) QTY: 1 PN: SMW-B711**- Ultra low phase noise for RF path A, frequency option R&S SMW-B10xx required, not installable post factory (hardware option) QTY: 1 PN: ZZA-KN4- 19� adapter BW2010, cabinet 4HU 1/1, 12 month warranty QTY: 1 PN: CW2SMW200A- extension of the 3 year standard product warranty to 5 years and Calibration Coverage for SMW200A 12,75/20/40/44 GHz Var: for 5 years: 1 scheduled R&S Manufacturer � Calibration according to the 36 month recommended calibration interval, all repairs and all necessary R&S Manufacturer � calibrations after repair or option upgrade QTY: 1 PN:� SGS100A- SGMA RF Source, base unit (frequency option R&S SGS-B106/B106V required) QTY: 2 PN: SGS-B1- Reference oscillator OCXO (retrofittable only in Rohde & Schwarz service with USC hardware option) QTY: 2 PN: SGS-B26- Electronic step attenuator (retrofittable only in Rohde & Schwarz service with USC hardware option) QTY: 2 PN: SGS-B106V- frequency range: 1MHz to 6GHz, with vector modulation QTY: 2 PN: SGS-B112V- frequency extension 12.75GHz, with vector modulation (frequency option R&S SGS-B106V req., retrofittable only in Rohde & Schwarz service with USC hardware option) QTY: 2 PN: SGS-K22- pulse modulation, requires serial number 102000 or higher (software license) QTY:2 PN: SGS-K90- phase coherent input and output (software license) QTY 2 PN: ACASGS100A- R&S accredited calibration for SGS100A, Accredited calibration certificate, ISO 17025 accredited and ISO 9001 certified, traceability to national/international standards, measurement of complete product specifications with the same procedures as used in production, incl measurement uncertainties/guardbanding, documentation of calibration results upon receipt QTY 2 PN: ZZA-KN20- 19� adapter BW2010 cabinet 1HU � combination instrument with instrument of same size, side by side QTY 2 PN: CW2SGS100A- Extension of the 3 year standard product warranty to 5 years and calibration coverage for SGS100A for 5 years: 1 scheduled R&S Manufacturer- calibration according to the 36 month recommended calibration interval, all repairs and all necessary R&S Manufacturer-calibrations after repair or option upgrade QTY 2 The items listed are on a BRAND NAME ONLY basis. See attachment No. 2 for details. Used, pre-owned, refurbished, or remanufactured goods will not be accepted.� Items must be factory new. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. � The anticipated delivery date is 10 weeks After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (Nov 1991). The place of delivery, acceptance and FOB destination point is Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors � Commercial Items (Mar 2020) 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, 29 April 2020. Submit to:� AFRL/RIKO, Attn: Brooke McDonald 26 Electronic Parkway, Rome NY 13441-4514 or by email to Brooke.McDonald@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. 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 items offered to meet the Government requirement; (ii) price; and (iii) past performance. All evaluation factors when combined are approximately equal. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Mar 2020). 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) For your convenience all referenced certifications are attached to this solicitation. (Attachment 1) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition. � The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Mar 2020), applies to this acquisition.� The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), Alternate I (Oct 1995) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.219-6, Notice of Total Small Business Aside (Mar 2020) (Deviation 2020-O0008) 52.219-28, Post Award Small Business Program Re-representation (Mar 2020) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2020) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.222-35, Equal Opportunity for Veterans (Oct 2015) 52.222-36, Equal Opportunity for Workers With Disabilities (Jul 2014) 52.222-37, Employment Reports on Veterans (Feb 2016) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50, Combating Trafficking in Persons (Jan 2019) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment By Electronic Funds Transfer�System For Award Management (Oct 2018) The following additional FAR and FAR Supplement provisions and clauses also apply: 52.203-3, Gratuities (Apr 1984) 52.203-17 � Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (Apr 2014) 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.204-22, Alternative Line Item Proposal (Jun 2017) 52.232-18, Availability of Funds (Apr 1984) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.247-34, FOB Destination (Nov 1991) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2103) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism (May 2019) 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 for electronic delivery Para (c)(1)(ii). Identify Contract Line, Subline, or Exhibit Line Item Nr and Item Description:� 'N/A' Para (c)(1)(iii). Attachment Nr.:� 'N/A' ����������� Para (c)(1)(iv). Attachment Nr.:� 'N/A' ����������� Para (f)(2)(iii). 'N/A' 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Mar 2018) 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors (Jan 2013) 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7012, Preference for Certain Domestic Commodities (Dec 2017) 252.225-7048 Export-Controlled Items (Jun 2013) 252.225-7052� Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten.� (DEVIATION 2020-O0006)� 252.225-7974, Prohibition on Contracting with Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005) 252.227-7015, Technical Data--Commercial Items (Feb 2014) 252.227-7037, Validation of Restrictive Markings on Technical Data (Sep 2016) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006, Wide Area Workflow Payment Instructions (Dec 2018) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.243-7001 Pricing of Contract Modifications (Dec 1991) 252.243-7002, Requests for Equitable Adjustment (Dec 2012) 252.244-7000, Subcontracts for Commercial Items (Jun 2013) 252.246-7008, Source of Electronic Parts (May 2018) 252.247-7023, Transportation of Supplies by Sea � Basic (Feb 2019) 5352.201-9101, Ombudsman is hereby incorporated into this solicitation.� The Ombudsman for this acquisition is Mr. Steven Ewers, 1864 4th Street, Wright-Patterson AFB OH 45433-7130, COMM:� (937) 255-5235; EMAIL: steven.ewers@us.af.mil 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 quote 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 Line Item Numbers with a unit price ? $5,000, 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. The 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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a575538b8a354ac5bcde07169dae54bd/view)
- Record
- SN05631225-F 20200423/200422060407 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |