Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2020 SAM #6672
MODIFICATION

66 -- Moku:Lab Test & Measurement System

Notice Date
3/4/2020 2:58:30 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
 
ZIP Code
80840-2303
 
Solicitation Number
FA700020Q0045
 
Response Due
3/12/2020 11:30:00 AM
 
Archive Date
03/27/2020
 
Point of Contact
Melissa A. Staudacher, Phone: 719.333.4504, susan g. hashemi, Phone: 719.333.8059
 
E-Mail Address
melissa.staudacher@us.af.mil, susan.hashemi@us.af.mil
(melissa.staudacher@us.af.mil, susan.hashemi@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
� � � � � � � � � � � � � � � � � � � � � � � � � � � Combined Synopsis/Solicitation � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � ��IAW FAR 12.603 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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 will not be issued.� This solicitation is issued as a request for quotation (RFQ) in accordance with FAR Parts 12 & 13 under solicitation number FA700020Q0045.� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, 15 January 2020. The associated North American Industry Classification System (NAICS) is 334516, the Product Service Code (PSC) is 6625.� This acquisition is a 100% small business set-aside and is being solicited as a brand name requirement.� Liquid Instrument�s Moku:Lab Multi-Instrument Device is the only device that will satisfy the Government�s need due to the all-in feature of this device and its compatibility with USAFA�s other lab equipment. All responsible small business sources may submit a quote, which if received timely, will be considered by the 10th Contracting Squadron, USAF Academy (USAFA).� The Government bears no legal liability for the costs associated with preparing a quote.� Vendors should not submit a quote unless they are willing to absorb all costs associated with submitting a quote.� The Government will not consider any quotes that contain used, reconditioned, refurbished, gray market, or liquidated stock. Before submitting a quote, please read the instructions in the addenda to FAR 52.212-1 listed below.� It is the quoter�s responsibility to ensure their quote meets all the requirements identified herein. I.� DESCRIPTION OF REQUIREMENTS Line Item 0001: MOKU:Lab Multi-Instrument Device � Liquid Instruments Quantity: 10/each � The required salient functional and performance characteristics are listed below: � Well-Developed Graphical User Interface o Visualization tools including measurement trends and histograms o Block diagrams of filters, PID controller, modulation, and demodulation o Probe points o Touchscreen � Combination Waveform Generator, Bode Analyzer, Filter Box, Amplifier, Oscilloscope, Spectrum Analyzer, and PID Controller � Operate at a minimum of 100 MHz for wireless communication demonstrations/labs in order to employ 1m or smaller antennas � Has a minimum of 2 input channels and 2 output channels � Data capture � export data to a Windows PC � Meet Classroom Form Factor: o Single-person portable, 100 MHz � Include Sine wave and Square/Pulsed output shapes � Perform Modulation (at least AM, FM, and PM) Frequency Response / Bode Analyzer Specifications: � Measure frequency response of a system from 100 MHz Filter Box Specifications: � Design and operate as a Lowpass, Highpass, Bandpass, and/or Bandstop filter Amplifier Specifications: � Demodulate with frequencies ranging from 100 MHz Oscilloscope Specifications: � Two analog inputs with 100 MHz bandwidth � Vertical resolution of 10 bits at 500 MS/s Spectrum Analyzer Specifications: � Display and record power spectral or power spectral densities in the frequency domain, DC to >100 MHz PID Controller Specifications: � Operate as a PID controller Minimum of 1-year warranty It is USAFA�s preference/intent to acquire only domestic-end products per the Buy American Statute (41 USC Chapter 83), except as provided in FAR 25.103.� Foreign offers will be evaluated per DFARS 225.502 when comparing domestic and foreign offers.� This requirement is for commercial off-the-shelf items; therefore the manufacturing country of origin will determine if the offer is foreign or domestic.� A fill-in version of the Buy American � Balance of Payments Program Certificate (DFARS 252.225-7000) is included as Attachment #1 of this solicitation.� Attachment #1 shall be signed and returned with the quote. Delivery: �F.O.B Destination.� Quotes shall build the shipping and handling charges into the unit price (i.e., single line item price without shipping listed as a separate cost).� Do not include a separate line item for shipping charges. Inside delivery is required. Inspection/Acceptance:� The Government will inspect and accept supplies at the Government�s location, U.S. Air Force Academy, CO 80840.� Payment on invoices cannot be made until the Government has accepted the supplies/deliverables on each CLIN. �All invoices will be submitted electronically through Wide Area Workflow (WAWF). II. SOLICITATION INSTRUCTIONS 1.� In all instances throughout this solicitation, to include the applicable provisions and clauses, any use of the word ""proposal"" should be understood as ""quote"".� All instances of the word ""offeror"" should be understood as ""quoter"".� All instances of the word ""award"" should be understood as ""purchase order"".� 2.� The provision at FAR 52.212-1, Instructions to Offerors�Commercial (Oct 2018), and the addenda listed below applies to this acquisition.� ADDENDA TO FAR 52.212-1: a. Submission of offers.� FAR 52.212-1(b) is amended to include the following: ����� (1) Submit signed and dated quotes via e-mail or fax to: � 10th Contracting Squadron � 10 CONS/PKB, Attn: Melissa Staudacher � 8110 Industrial Drive, Suite 200 � USAF Academy, CO 80840-2315 � Email address is melissa.staudacher@us.af.mil � Phone number is (719) 333-4504 ����� (2) Quotes shall be submitted by 12 MAR 20, 12:30 p.m. Mountain Standard Time. b. Late submissions.� FAR 52.212-1(f) is amended as follows: ����� (1) Offerors are responsible for submitting quotations so as to reach the Government�s office designated in the solicitation by the time specified in the solicitation.� If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due. (2) Any quotation received at the Government�s office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before award is made and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal government processes so that quotations cannot be received at the Government�s office designated for receipt of quotations by the exact time specified in the solicitation, and urgent government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal government processes resume. c. Formal communications.� Requests for clarification and information concerning the solicitation must be provided in writing no later than 5 days prior to the closing date, 4:00 p.m. Mountain Standard Time. Answers will be compiled and posted electronically to Contract Opportunities via website: https://www.beta.sam.gov. Questions may be emailed to the point of contact listed above in section II, paragraph 2a.� All correspondence should reference the solicitation number. d. Quotation preparation instructions: (1)� General Instructions.� The offeror shall submit their quote on company letterhead to include the following: solicitation number; contact name, address, e-mail, and telephone number of the offeror; unit price and extended price; discount terms (e.g. �Net 30�); delivery terms; delivery schedule/lead time, CAGE code, DUNS number, size of business; and warranty information.� The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. (2)� Specific Instructions.� Quotes shall consist of three parts, as identified below. (a) PRICE QUOTATION.� Submit the price quote in accordance with the line item structure listed in this solicitation.� Price quotes must be firm-fixed price.� Price quotes shall include unit prices and extended amounts for each line item (i.e., multiply the unit price and quantity for each line item).� Include the total price (i.e., sum of all extended amounts) in the price quote.� Include delivery terms and schedule, any discounts, and payment terms (e.g., Net 30) with the price quote. (b) DESCRIPTIVE LITERATURE.� In order for products to be considered by the Government, they must meet the salient physical, functional, or performance characteristics specified in this solicitation.� Clearly identify brand name and model number.� Include products� descriptive literature, such as illustrations, specification sheets, or product brochures that clearly identify that the product meets the Government�s requirements. (c) CONTRACT DOCUMENTATION. (i) Quoters are required to be registered in the System of Award Management (SAM) (https://www.beta.sam.gov) at the time the quotation is submitted in order to comply with the annual representations and certifications requirements and FAR 4.1102. (ii) Quotes must include a completed copy of the following provisions that require fill-in text (listed in attachment #1 of this solicitation): a.�FAR 52.212-3, Offeror Representation and Certifications � Commercial Items, Alt I �(�The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision�). b.�DFARS 252.225-7000, Buy American � Balance of Payments Program Certificate (attachment #2 of this solicitation) c. Warranty documentation (iii) If applicable, provide a written statement that the quote incorporates all amendments to the solicitation. ???????3.� The provision at FAR 52.212-2, Evaluation�Commercial Items (Oct 2014), and the addenda listed below applies to this acquisition.� The evaluation factors to be included in paragraph (a) of this provision are Price and Technical Information. ADDENDA TO FAR 52.212-2: BASIS FOR OFFER. This is a competitive acquisition in accordance with FAR parts 12 and 13. Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106.� 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. The Contracting Officer has determined there is a high probability of adequate price competition in this acquisition.� Upon examination of the initial quotes, the Contracting Officer will review this determination and if, in the Contracting Officer's opinion, adequate price competition exists, no additional cost information will be requested. However, if at any time during this competition the Contracting Officer determines that adequate price competition no longer exists, offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness IAW FAR 13.106-3. Quotes will be evaluated in the order outlined below: (1) Solicitation Requirements and Responsiveness. All quotes submitted will be reviewed for completeness to determine if they meet the solicitation criteria outlined in the addenda to FAR 52.212-1. The offer shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. Offerors who fail to meet solicitation criteria will not be evaluated further. Quotes that are incomplete or missing information may be considered non-responsive and excluded from the evaluation. The Government may choose to waive or correct informalities and minor irregularities in offers received. Offerors must clearly identify any exception to the Brand Name strategy and/or solicitation terms and conditions in writing.� A complete rationale shall be provided in part (c) Contract Documentation. (2) Evaluation Process. (a)� Step 1- Price; Quotes will be ranked according to price. An offeror�s proposed price will be determined by multiplying the quantity by the contractor�s proposed unit price to confirm the extended amount for each contract line item (CLIN). The unit price of the vendor�s quote shall control any conflict between the unit price and the extended amount submitted in response to this solicitation.� No advantage will accrue to a vendor who quotes an unrealistically low price.� Any discounts identified in the quote will be included in the evaluation of the total evaluated price. Failure to propose any item may cause the vendor�s quote to be considered non-responsive and excluded from the evaluation. (b) Step 2- Technical Acceptability; The lowest-priced quote will be evaluated to determine if it meets the technical specifications listed in the solicitation. �Evaluation will be made on a Pass/Fail basis- either meeting or not meeting the specification. If the lowest-priced quote meets all of the specifications, this quote will represent the best value for the Government.� If the lowest-priced quote does not meet all of the specifications, then the second lowest-priced quote will be evaluated.� Evaluation will continue in this manner until a technically-acceptable quote is found. (c) �Step 3- Responsibility; The lowest-priced quote that passes the technical evaluation will be evaluated for responsibility.� The status of the quoter/business will be reviewed for exclusions or derogatory information in the government�s systems of System for Award Management (SAM), Federal Awardee Performance and Integrity Information System (FAPISS), Supplier Performance Risk System (SPRS) and other sources available to the Government.� Offerors with exclusions or derogatory information will not be evaluated further. �If no exclusions or derogatory information is found for the quote representing the best value, award will be made. (d)� Award will be based on a best value of price, technical acceptability and responsibility of the quote. An award will be made to the offeror representing the best value without further consideration of any other quotes. If no quotes are found to meet these criteria, the solicitation may be canceled. � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �(End of Addendum) 4.� The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Items (Oct 2018), and the addenda listed below applies to this acquisition. ADDENDA TO FAR 52.212-4: Text in paragraph (c) is deleted and replaced with the following: (c)� Changes.� Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, etc. authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b)). � III. ADDITIONAL PROVISIONS AND CLAUSES The contracting officer has determined the provisions and clauses listed in attachment #1 to be necessary for this acquisition.� The full text of each provision and clause can be viewed at: FAR:� https://acquistion.gov/browse/index/far DFARS/AFFARS:� https://acquisition.gov/content/supplementalregulations IV. ATTACHMENTS TO THIS SOLICITATION 1.� PROVISIONS AND CLAUSES 2.� BUY AMERICAN CERTIFICATE
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/69b40a716eab4d5fb1a658685259708a/view)
 
Place of Performance
Address: USAF Academy, CO 80840, USA
Zip Code: 80840
Country: USA
 
Record
SN05579101-F 20200306/200304230141 (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.