Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 20, 2016 FBO #5231
SOLICITATION NOTICE

59 -- Embedded Computing Processing Boards - Attach No. 2 - Attach No. 1

Notice Date
3/18/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-16-Q-0198
 
Archive Date
4/12/2016
 
Point of Contact
Ashley Ellinger, Phone: 315-330-4496
 
E-Mail Address
ashley.ellinger@us.af.mil
(ashley.ellinger@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Justification and Approval Reps and Certs Fill-In 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 FA8751-16-Q-0198 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) 2005-87 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20160226. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is unrestricted. The NAICS code is 334418 and small business size standard is 500 employees. The requirement requested herein is unique to the manufacturer (Abaco Systems). Brand Name only will be considered. See the attached Brand Name Justification and Approval (Attachment No. 1). The contractor shall provide the following items on a firm fixed price basis including the cost of shipping FOB Destination: Part Number Description PEX431-51000B Multi-Fabric Switch and XMC Carrier Card, Level 5, 6 x4 PCIe Ports, No Mezzanine, 6 x1 1000BaseBX, 1 x1 1000BaseT (MOD3-SWH-6F8U-16.4.1-3), 0.85in pitch VITA 48 (2LM) QTY 1 SBC346-5421U21B Level 5 (Cond cooled), Quad core, core-i7 @2.4GHz, 16 Gbytes SDRAM, Single BASE-T + Dual BASE-BX/Audio not avail/GPIO not avail, USB2/USB3/ No GPIO, RS232 (2wire) / 3xIO, BIOS + BIT, 0.85in pitch VITA 48 (2LM) QTY 1 VPX3UX302-1016 3U RTM for SBC346, Level 1, ETH0 Ethernet available, Daughter Board fitted, 1 inch / 2 inch Vita 48 mechanics QTY 1 GRA113Q-900000B Non-Common PCIE Clock, Max performance BIOS, 0.85" pitch VITA 46 (2LM. operation from -40C to +80C QTY 1 SLIA-VPXC3-01M VPXC3 'Advantage' Linux SDK Maintenance QTY 1 NIC10GBT-11 XMC with Dual 10GBASE-T ports, X12d port mapping, rear I/O, conduction cooled QTY 1 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 18 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 Items (Oct 2015), 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) 28 MAR 2016 Submit to: AFRL/RIKO, Attn: Ashley Ellinger, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to Ashley.Ellinger@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. 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; 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 #. (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. (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 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. 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) price (ii) past performance (see FAR 15.304 and 12.206) All evaluation factors other than price, when combined, are of approximate importance. The offeror is required to complete representations and certifications found in the provisions at: 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2015); Alternate I (Oct 2014) 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2016-O0003) (OCT 2015) 252.209-7991, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2016 Appropriations (DEVIATION 2016-O0002) (OCT 2015) For your convenience all referenced certifications are attached to this solicitation. Attachment No. 2 The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (MAY 2015), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (NOV 2015), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 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 52.204-19, Incorporation by Reference of Representations and Certifications 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 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7011, Alternative Line Item Structure 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.211-7003, Item Identification and Valuation (DEC 2013) 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' 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7031, Secondary Arab Boycott of Israel 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 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 252.239-7017, Notice Of Supply Chain Risk 252.239-7018, Supply Chain Risk 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea - Basic 252.247-7024, Notification of Transportation of Supplies by Sea 5352.201-9101, Ombudsman (NOV 2015) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407, email: Barbara.Gehrs@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 proposal that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-16-Q-0198/listing.html)
 
Place of Performance
Address: Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN04055610-W 20160320/160318235616-5d3cbddd1eea05a76babe11d52a16e0a (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.