SOLICITATION NOTICE
66 -- GPS Rubidium Receiver
- Notice Date
- 2/9/2023 11:58:05 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- FA2263 AFLCMC WNMK HEATH OH 43056-6116 USA
- ZIP Code
- 43056-6116
- Solicitation Number
- FA226323Q0001
- Response Due
- 2/13/2023 11:00:00 AM
- Archive Date
- 06/30/2023
- Point of Contact
- Christine Patterson, Michael Hickey, Phone: 7407885043
- E-Mail Address
-
christine.patterson.1@us.af.mil, michael.hickey.2@us.af.mil
(christine.patterson.1@us.af.mil, michael.hickey.2@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The following questions were received for Request for Quote (RFQ) FA226323Q0001, GPS Rubidium Receiver, and are answered below.� For prompt response, please note that any communications regarding this RFQ should reference FA226323Q0001 and be submitted to christine.patterson.1@us.af.mil or michael.hickey.2@us.af.mil. Solicitation Amendments (2) 09 February 2023 Amendment 1 Question: Your specification only indicates that the 1, 5 and 10 MHz outputs are a frequency output and does not specifically state sinewave.� Are the 1, 5 and 10 MHz output signals sinewave or squarewave? Answer: Both sinewave and squarewave are acceptable. __________ Question:� �CALIBRATION CERTIFICATE:� A calibration certificate, traceable to the National Institute of Standards and Technology (NIST) or other national metrology institutes (NMIs) shall be provided with each instrument.� This calibration certificate must comply with Data Item Description (DID) DI-QCIC-80798C and the Contract Data Requirements List (DD Form 1423).� This product is self-calibrated by using GPS satellites. Our products are tested using a NIST certified system, but we do not provide a calibration certificate. What options do we have regarding this requirement? Answer:� It is acceptable to provide a Certificate of Conformity or Measurement that the unit was tested in your facility for a GPS lock.� Alternatively, it is acceptable to provide an explanation that when under GPS lock the unit is absolute and, therefore, no certificate is needed. __________ Amendment 2 Question: The solicitation states that the program in unfunded. Does this remain the case? Answer: The FY23 funds that will fund the subject contract action are contained within the FY23�Program Financial Plan and included in the President�s budget as submitted to Congress.�There is reasonable expectation that funding will be authorized and available upon the�enactment of the Authorization and Appropriations Bills. __________ Question: Attachment 6 � Total Evaluated Price Worksheet reflects a QTY of 9 for FY23 CLIN 0004 Production Units, however, a QTY of 10 is listed for the FY23 CLIN 0005 DATA � Production Units and FY23 CLIN 0006 OEM WARRANTY (A) 3-year OEM Warranty and (B) 5-year OEM Warranty. �Please clarify. Answer: The Total Evaluated Price (TEP) Worksheet has been amended and attached to reflect a QTY of 9 for the FY23 CLIN 0005 DATA � Production Units and FY23 CLIN 0006 OEM WARRANTY (A) 3-year OEM Warranty and (B) 5-year OEM Warranty.� Please use Attachment 6 � AMENDED Total Evaluated Price Worksheet. _________ Solicitation Amendment 20 January 2023 Question: In addition to the GPS Rubidium Receiver, is a computer, monitor, and measurement software also required? Answer: No.� A computer, monitor, and measurement software are not required. All other Solicitation terms and conditions remain unchanged. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR), Department of Defense Federal Acquisition Regulation Supplement (DFARS), and the Air Force Federal Acquisition Regulation Supplement (AFFARS). These regulations are available electronically at the Air Force FAR site, https://acquisition.gov/content/regulation. �This announcement constitutes the only solicitation for which a Request for Quotation (RFQ) will be issued.� It is the offeror's responsibility to monitor this site for the release of amendments (if any).� � The RFQ number is FA226323Q0001 and shall be referenced on any offer submitted. The North American Industry Classification System (NAICS) code for this acquisition is 334515 and the business size standard is 750 employees.� This RFQ is being solicited as a 100% Small Business Set-Aside. AFMETCAL at Heath OH intends to award a firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract under Simplified Acquisition Procedures (SAP) in accordance with FAR Part 13-Simplified Acquisition Procedures and FAR Part 12-Acquisition of Commercial Items, for the purchase of GPS Rubidium Receiver, associated data, and a three- or five-year OEM warranty. The anticipated Best Estimated Quantity (BEQ) for this acquisition is 83 units over five (5) years.� There is no guarantee that all units included in the BEQ will be ordered. Products offered shall be commercial items or commercially available off-the shelf (COTS) items meeting the definitions in FAR Part 2.� Items proposed shall be new units.� Reconditioned, remanufactured, or used items are not acceptable and shall not be proposed.� The units must meet the requirements of Purchase Description (PD) 22E-561A-RF Rev. 4, dated 26 October 22 and Attachment to PD 22E-561A-RF.� The RFQ, PD, and DD 1423 Data Requirements and other applicable solicitation attachments are available for download at this site.� Please review ALL documents carefully. IMPORTANT NOTICE TO OFFERORS:� All prospective awardees are required to register at SAM and to maintain active registration during the life of the contract.� SAM can be accessed at https://www.sam.gov.� Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.� Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form.� Wide Area WorkFlow (WAWF) through Procurement Integrated Enterprise Environment (PIEE) is the DoD system of choice for implementing this statutory requirement.� Use of the basic system is at no cost to the contractor.� Contractors must complete vendor training, which is also available at no cost at https://wawf.eb.mil.� Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. Notice to offerors: 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. Offers MUST: (1) be valid for a period of 120 days, (2) submit COTS unit for evaluation with written proposal, (3) be for the item described in the PD (List of Attachments, Attachment 1), (4) be for new units (not reconditioned, remanufactured, or used unit), (5) be FOB Destination to AFMETCAL, Heath, OH, (6) include a delivery schedule, if unable to meet delivery schedule in Deliveries and Performance section, (7) include copy of commercial price list, (8) include name of and be signed by an authorized company representative along with telephone number, facsimile number, and email address, (9) include taxpayer identification number (TIN), CAGE Code Number and DUNS Number, (10) include a technical proposal that includes a written line-by-line response to the PD, (11) include a copy of the proposed three-year OEM Warranty, (12) include a copy of the proposed five-year OEM Warranty, (13) include completed Supplies or Services and Price/Cost section, (14) include a completed Total Evaluated Price Worksheet (Attachment 6), (15) completed FAR 52.212-3, Offeror Representations and Certifications � Commercial Items.� Offerors shall ensure information in SAM is current. The Government reserves the right to incorporate the successful offeror�s technical proposal into any contract resulting from this solicitation. Offers must be received no later than 13 February 2023 at 2:00 PM EST. �Offerors shall submit electronic files to DoD SAFE, https://safe.apps.mil following the instructions provided in Instructions to Offerors (Attachment 4) of the RFQ, under Electronic Proposal Submission.� Offers submitted in forms other than through DoD Safe are not permissible and will not be considered.� Please note that the uploaded files must be timestamped by the offer due date and time.� Offerors bear the risk for receipt of submitted offers being untimely.� Offerors shall allow sufficient time for receipt of electronic submissions by the due date and time.� All responsible sources may submit an offer, which if received timely shall be considered by this agency.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ecf63b96d72441b082fa99d90d676bdd/view)
- Place of Performance
- Address: Heath, OH 43056, USA
- Zip Code: 43056
- Country: USA
- Zip Code: 43056
- Record
- SN06587645-F 20230211/230209230116 (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 |