Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2012 FBO #3928
SOLICITATION NOTICE

66 -- FREE-SPACE MEASURING PLATFORM

Notice Date
8/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
F4FBFM2184A001
 
Archive Date
9/15/2012
 
Point of Contact
Mohamed Hussein, Phone: 9375224594
 
E-Mail Address
mohamed.hussein@wpafb.af.mil
(mohamed.hussein@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation that will be issued; quotes/proposals are being requested, and a written solicitation will not be issued. The United States Air Force, Wright-Patterson Air Force Base, Ohio is seeking potential sources that are capable of providing a free-space measurement platform capable of integration with a mm-wave VNA system (Agilent model number N5251A). The solicitation number for this requirement is F4FBFM2184A001 and is hereby issued as a Request for Quotes (RFQ) using FAR Part 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, 26 July 2012. This acquisition will be completed under Full and Open Competition under North American Industry Classification System code 334515. The size standard is 500 employees. The AFLCMC/PKO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirement: Requirement: The requirement is for a free-space measurement platform capable of integration with a mm-wave VNA system (Agilent model number N5251A), which would enable a stable measurement at frequencies between 40 GHz and 110 GHz and fit within the required space constraints (42 inches X 42 Inches X 11 Inches). The Antenna Horns should be corrugated and produce a super- or ultragaussian millimeter wave, and combined with the associated sample holder, should allow for repeatable polarization measurements. When combined with the N5251A and associated materials measurement software it should enable the measurement of the scattering matrix of a material (S11, S22, S21 and S12) as well as permeability and permittivity. Specifications • Precision machined drilled out base-plate utilizing dowel or gauge pins for positioning of elements enabling use at frequencies of 40 GHz and higher. • Corrugated horn antennas, producing a super or ultra-gaussian wave and with flanges made to custom specifications. • Corrugated horn antennas and antenna holders that are matched and keyed to allow for highly precise and repeatable polarization measurements. • Corrugated horn antennas which operate in the U-band, V-band, and W-band. • Free-space measurement capable. • Sample holder with adjustable thickness enabling measurements of samples of various thickness. • Compatible with Agilent's mm-wave VNA system, model number N5251A and associated materials measurement software to provide scattering matrix • (S11, S22, S21, S12), permeability, and permittivity measurements. • Needs to fit within available space constraints. (42 inches X 42 Inches X 11 Inches) Quotations need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial, and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. This can be accomplished by registering in SAM at https://www.sam.gov and completing the Online Representations and Certifications. The quotations may be in any format but MUST include: 1) Proposing company's name, address, phone and tax identification number (TIN) 2) Point of contact's name, phone, and email 3) Quotation number & date 4) Item price 5) Shipping (only FOB Destination) 6) Total price 7) Applicable discounts 8) Timeframe that the quote is valid 9) Payment Terms: Net 30 days (after delivery and acceptance) 10) Delivery Schedule: Only FOB Destination shipping will be accepted. Additionally, delivery of all items MUST be completed 6 weeks after receipt of the order. 11) Warranty Information (if applicable). 12) Completed FAR 52.212-3, Representations and Certifications. 13) Completed DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal. (Please see attached PDF file titled "DFARS 252.209-7998.") 14) Completed DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. (Please see attached PDF file titled "DFARS 252.209-7999.") Quotations MUST also contain a complete description of item(s) offered to clearly show item(s) meets or exceeds the requirements listed in this Combined Synopsis Solicitation. Please make sure to demonstrate your company's abilities to meet the requirements on a separate page from the quotation. AFLCMC/PKOAB ATTN: M. Hussein 1940 Allbrook Drive Room 109 WPAFB, OH 45433 The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability and price. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (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 252.237-7003, Electronic Submission of Payment Requests. 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- Receipt and Acceptance (WAWF-RA) 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 http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions are incorporated by reference and full text and apply to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial FAR 52.212-2, Evaluation Factors [the fill in portion of this clause is: technical capability and price] FAR 52.212-3, Representations and Certifications DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law The following clauses are incorporated by reference and apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: 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 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) FAR 52.219-28, Post Award Small Business Program Representation 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 52.222-36, Affirmative Action for Workers with Disabilities 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, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The following clauses are applicable to this purchase are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program-Alternate 1and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions All quotations and responses must be received no later than 12:00 Noon Eastern Time, on 31 August 2012. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please email to Mohamed.Hussein@wpafb.af.mil via a PDF compatible attachment or to: AFLCMC/PKOAB Attn: Mohamed Hussein 1940 Allbrook Drive, Room 109 WPAFB, Ohio 45433-5344 Any questions should be directed to Mohamed Hussein at Mohamed.Hussein@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/F4FBFM2184A001/listing.html)
 
Place of Performance
Address: AFRL/RXBC, Building 654, Room 239, 2941 Hobson Way, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02855089-W 20120826/120825001007-69e70c92ebc13a036a3f3d2ec627f4fe (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 |
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.