SOLICITATION NOTICE
36 -- Aberdeen Test Center E3 requires R&S ESW44 EMI Test Receiver
- Notice Date
- 5/19/2021 10:42:52 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- W6QK ACC-APG DIR ABER PROV GRD MD 21005-3013 USA
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK21P0061
- Response Due
- 6/21/2021 1:00:00 PM
- Archive Date
- 06/30/2021
- Point of Contact
- Lenard Wright
- E-Mail Address
-
lenard.b.wright.civ@mail.mil
(lenard.b.wright.civ@mail.mil)
- Description
- Synopsis: This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-05 effective 3 May 2021. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5 Simplified Procedures for Commercial Items. This requirement is being solicited as a Full and Open Competition by NAICS Code 334515 (Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals). The Government contemplates an award of a Firm-Fixed Price (FFP) type contract and will be evaluated on the basis of Lowest Priced Technically Acceptable (LPTA); Lowest Priced offer, that meets all the requirement listed in the Statement of Work (SOW). The synopsis/ solicitation number is W91ZLK-21-P-0061 for the purchase of: Rhodes & Schwarz. EMI receiver, Signal Generator and oscilloscope, should meet the new MIL-STD-461G requirements for radiated emissions testing. 1. Supply product R&S ESW44 EMI Test Receiver with the following: a. Base unit b. ESW-B4 High stability OCXO with low phase noise c. ESW-B8 Resolution Bandwidths 20/30/40/50/80 MHz d. ESW-B10 External generator control for EMI Test Receiver e. ESW-B18 Solid state drive f. ESW-B24 Low noise amplifier; 30 dB 150 kHz to 44 GHz g. ACAESW44 R&S Accredited Calibration for ESW44 2. R&S SMA100B Signal with the following: a. Base unit b. SMAB-B92 Height unit c. SMAB-B120 Frequency range: 8 kHz to 20 GHz d. SMAB-K22 Pulse modulator e. SMAB-K23 Pulse generator f. SMAB-K24 Multi function Generator g. SMAB-K720 AM / FM / PhiM h. SMAB-B86 Remote control GPIB/USB; i. DCV-2 Documentation of calibration values j. ERST.2 Testport adapter; N female 3. R&S RTP064 Oscilloscope For Specific information please refer to the attached Statement of Work. Proposals shall be submitted as follows: PRICE and TECHNICAL Proposal: Please submit detailed price proposal in accordance with the Statement of Work. The Price proposal shall clearly identify the firm fixed price unit prices. Partial quotes will not be evaluated. Technical acceptability will be based on a proposal that meets all the requirements stated in the Statement of Work (SOW). Technical proposal shall be rated as Acceptable, or Unacceptable. To receive consideration for award, Contractor shall achieve technically acceptable rating on all requirements listed in the SOW. Award without Discussions: In accordance with FAR 52.212-l (g), the Government intends to evaluate proposals and award a contract without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror's initial proposal shall contain the Offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Determination of Responsibility: In accordance with FAR 9.103, contracts will be placed only with Contractors that the Contracting Officer determines to be responsible. In order for Prospective offerors, to qualify as sources for this acquisition, offerors must be able to demonstrate that they meet standards of responsibility set forth in FAR 9.104. No award shall be made to an Offeror who has been determined non-responsible by the Contracting Officer. EVALUATION & BASIS FOR AWARD: Basis for Award: The Government intends to award one Firm-Fixed Price (FFP) contract to the Lowest Priced, Technically Acceptable (LPTA) proposal, in accordance with FAR 15.101-2. To receive consideration for award, a rating of �Acceptable� must be achieved for each of the Technical factors. Rejection of Offers: In accordance with FAR 52.212-1 (g) 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. Examples include, but are not limited to, the following: Offers that provide only a statement indicating its capability to comply with the RFP terms without support and elaboration as specified in volume instructions stated in this combined synopsis/solicitation; or � Offers that reflect an inherent lack of technical competence or a failure to comprehend the complexity and risks required to perform the requirements. This may include submission of a proposal which is abnormally high or low in Price (unbalanced pricing) or unattainable in terms of technical or schedule commitments: or � Offers that do not meet all the stated material requirements of this combined synopsis/solicitation; or � Offers that propose exceptions to the attachments, exhibits, enclosures, or other combined synopsis/solicitation terms and conditions. The provision at FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposal. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. By submitting a quote the Contractor agrees to the notations identified in the Statement of Work. All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM), https://beta.sam.gov/ database prior to award will not be considered. Vendors may register with SAM online at the website link provided. The Government reserves the right to cancel the referenced solicitation if deemed to be in its best interest. � In the event of equal low bids that are technically acceptable, awards shall be made first to: 1. Small Business Development 8(a) program participant with an active certification represented by NAICS Code 335312. 2. Small disadvantaged business concern represented by NAICS Code 335312. 3. Small Business represented by NAICS Code 335312. 4. Large Business. ��������� Delivery: Contractor shall deliver within 16 weeks after contract award. ��������� Place of Delivery: U.S. ARMY ABERDEEN TEST CENTER Building 358 6850 lanyard road ATTN: Clifton Sienkiewicz Aberdeen Proving Ground, MD 21005-5059 For questions concerning this solicitation, contact Lenard Wright, Contract Specialist, via -mail at lenard.b.wright.civ@mail.mil. All questions must be received by June 2, 2021 at 4:00 p.m. Eastern Time. All quotations must be signed, dated, and submitted via email to lenard.b.wright.civ@mail.mil by June 21, 2021 at 4:00 p.m. Eastern Time. (Preferred method) or via U.S. Mail at: US Army Contracting Command- Aberdeen Proving Ground, Tenant Contracting Division ATTN: Lenard Wright, C3-Pod 21 6565 Surveillance Loop, 3rd Floor. Room C3-111 Aberdeen Proving Ground, MD 21005 This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://farsite.hill.af.mil The following clauses and provisions are incorporated by reference: � 52.203-7�������������� Anti-Kickback Procedures������������ JUN 2020 52.204-10������������ Reporting Executive Compensation and First-Tier������������� JUN 2020 ��������������� Subcontract Awards������� 52.204-17������������ Ownership or Control of Offeror AUG 2020 52.204-23������������ Prohibition on Contracting for Hardware, Software, and JUL 2018 ��������������� Services Developed or Provided by Kaspersky Lab and Other������� ��������������� Covered Entities.������������� 52.204-24������������ Representation Regarding Certain Telecommunications and�������� OCT 2020 ��������������� Video Surveillance Services or Equipment.����������� 52.204-25������������ Prohibition on Contracting for Certain Telecommunications��������� AUG 2020 ��������������� and Video Surveillance Services or Equipment.�� 52.204-26������������ Covered Telecommunications Equipment or Services--�� OCT 2020 ��������������� Representation. 52.209-2�������������� Prohibition on Contracting with Inverted Domestic���������� NOV 2015 ��������������� Corporations--Representation�� 52.219-1 Alt I���� Small Business Program Representations (NOV 2020)������ SEP 2015 ��������������� Alternate I���������� 52.219-28 Alt I�� Post-Award Small Business Program Rerepresentation (NOV������� MAR 2020 ��������������� 2020) Alternate I������������� 52.219-33 (Dev) Nonmanufacturer Rule (DEVIATION 2020-O0008)������������� MAR 2020 52.222-18������������ Certification Regarding Knowledge of Child Labor for Listed��������� FEB 2021 ��������������� End Products���� 52.222-50������������ Combating Trafficking in Persons������������� OCT 2020 52.222-54������������ Employment Eligibility Verification���������� OCT 2015 52.223-18������������ Encouraging Contractor Policies To Ban Text Messaging� JUN 2020 ��������������� While Driving���� 52.225-13������������ Restrictions on Certain Foreign Purchases������������ FEB 2021 52.225-18������������ Place of Manufacture���� AUG 2018 52.226-1�������������� Utilization Of Indian Organizations And Indian-Owned��� JUN 2000 ��������������� Economic Enterprises���� 52.232-34������������ Payment By Electronic Funds Transfer--Other Than System���������� JUL 2013 ��������������� for Award Management 52.233-4�������������� Applicable Law for Breach of Contract Claim�������� OCT 2004 52.244-6�������������� Subcontracts for Commercial Items�������� NOV 2020 52.252-1�������������� Solicitation Provisions Incorporated By Reference������������ FEB 1998 252.203-7000����� Requirements Relating to Compensation of Former DoD SEP 2011 ��������������� Officials 252.203-7002����� Requirement to Inform Employees of Whistleblower Rights��������� SEP 2013 252.204-7003����� Control Of Government Personnel Work Product�������������� APR 1992 �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4410059f969d4b48ae0f92b1b5367736/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Record
- SN06007197-F 20210521/210519230117 (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 |