Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2022 SAM #7533
SOLICITATION NOTICE

66 -- Keysight Optical Mainframes and Attenuator Modules

Notice Date
7/14/2022 7:47:12 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
FA875122Q0412
 
Response Due
7/21/2022 12:00:00 PM
 
Archive Date
08/05/2022
 
Point of Contact
Leena Budhu
 
E-Mail Address
leenawattie.budhu.1@us.af.mil
(leenawattie.budhu.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial products and commercial services 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; Offers 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 FA875122Q0412 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) 2022-06 and Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) 20220623. See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set-aside under NAICS code is 334515 and small business size standard 750 employees. The contractor shall provide brand name (Attachment 1) on the products listed on the List of Materials (LOM) (Attachment 2) on a firm fixed price basis, including the cost of shipping FOB destination. All Offerors shall be Keysight authorized resellers/distributors.� Any offers received from Offerors who are not Keysight authorized will not be considered for award. 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 12 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. The provision at 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services (NOV 2021), applies to this acquisition.� Addendum to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3:00 PM Eastern Time Thursday, 21 July 2022.� Submit to:� AFRL/RIKO, Attn: Leena Budhu, 26 Electronic Parkway, Rome NY 13441-4514 or by email to leenawattie.budhu.1@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; 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 5 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. EVALUATION The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (NOV 2021) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: Price and Technical Capability The Government intends to award to the Lowest Priced Technically Acceptable Offeror. In determining required technical acceptability, the Government will evaluate the items offered for compliance with the List of Materials (LOM) Attachment No. 1. All evaluation factors when combined are approximately equal. REPRESENTATIONS AND CERTIFICATIONS Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (May 2022), as well as the following: 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment 252.204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services�Representation 252.225-7000, Buy American--Balance Of Payments Program Certificate � Basic For your convenience all referenced certifications are attached to this solicitation (Attachment 3). TERMS AND CONDITIONS The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (NOV 2021), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (May 2022), applies to this acquisition.� (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�products�and commercial services: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements�(Jan 2017)�(section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its�successor�provisions in subsequent appropriations acts (and as extended in continuing resolutions)) 52.204-23, Prohibition on�Contracting�for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities� 52.204-25, Prohibition on�Contracting�for Certain Telecommunications and Video Surveillance Services or�Equipment. 52.209-10, Prohibition on�Contracting�with Inverted Domestic Corporations 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of�Contract�Claim (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�products�and commercial services: 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 52.204-21, 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 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.211-7003, Item Identification and Valuation 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 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' 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American and Balance of Payments Program 252.225-7048 Export-Controlled Items 252.225-7055, Representation Regarding Business Operations with the Maduro Regime 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime 252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) 252.225-7973, Prohibition on The Procurement Of Foreign-Made Unmanned Aircraft Systems�Representation (Deviation 2020-O0015) 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 252.232-7017, Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and Consideration 252.239-7098� Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites�Representation (Deviation 2021-O0003)� 252.243-7001 Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.246-7008, Source of Electronic Parts 252.247-7023, Transportation of Supplies by Sea � Basic 5352.201-9101, Ombudsman (OCT 2019) is hereby incorporated into this solicitation.� The Ombudsman for this acquisition is Ombudsman: Mr. Steven L. Ewers (Primary), AFRL/PK, 1864 Fourth Street, Wright-Patterson AFB OH 45433-7130, COMM (937) 904-9700, FAX (937) 656-7321, email: afrl.pk.workflow@us.af.mil CONTRACT ADMINISTRATION DATA 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://piee.eb.mil/).� Wide Area Workflow Training may be accessed online at https://pieetraining.eb.mil/wbt/xhtml/wbt/wawf/index.xhtml.� 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 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/06cc8ea2e20c4484910b30592978c815/view)
 
Record
SN06389523-F 20220716/220714230124 (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 |
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.