SOLICITATION NOTICE
59 -- RF Assemblies and Antennas
- Notice Date
- 9/9/2020 11:21:00 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- FA8751 AFRL RIKO ROME NY 13441-4514 USA
- ZIP Code
- 13441-4514
- Solicitation Number
- FA875120Q0073
- Response Due
- 9/16/2020 12:00:00 PM
- Archive Date
- 10/01/2020
- Point of Contact
- Leena Budhu, Phone: 3153302557, Fax: 3153302555
- 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
- Solicitation FA875120Q0073 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-08 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20200831. 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 334220 and small business size standard 1250 employees. The contractor shall provide the products listed in the List of Materials (LOM) attachment- Attachment No. 1, on a brand name or equal, firm fixed price basis, including the cost of shipping FOB destination. 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. DELIVERY The anticipated delivery date is 6-8 weeks After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY 13441. 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 DFARS 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 quote 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. TERMS AND CONDITIONS The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, 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 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside (MAR 2020) (DEVIATION 2020-O0008) 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 52.211-6, Brand Name or Equal 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' 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System�Statistical Reporting in Past Performance Evaluations 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 252.225-7972, 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) 252.225-7974, Representation Regarding Business Operations with the Maduro Regime. (Deviation 2020-O0005) 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 252.243-7001, Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.246-7008, Sources of Electronic Parts 252.247-7023, Transportation of Supplies by Sea � Basic 5352.201-9101, Ombudsman, is hereby incorporated into this solicitation.� The Ombudsman for this acquisition is: Mr Steven Ewers, HQ AFRL/PK, 1864 4th Street, Wright-Patterson AFB OH 45433-7130, COMM:� (937) 904-4407; EMAIL: steven.ewers@us.af.mil REPRESENTATIONS AND CERTIFICATIONS Offerors are required to complete representations and certifications found in the provisions at: 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (Aug 2020) 52.212-3, Offeror Representations and Certifications -- Commercial Items � Alternate I 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (DEC 2019) 252.225-7000, Buy American--Balance Of Payments Program Certificate � Basic (Nov 2014). For your convenience all referenced certifications are attached to this solicitation (ATTACHMENT 2). INSTRUCTIONS Electronic copies of quotes are due at or before 3:00 PM EST, Thursday. 16 September 2020.� Quotes shall be submitted to Leena Budhu at leenawattie.budhu.1@us.af.mil. � Submit a technical description of the items being offered in sufficient detail for the Government to evaluate the capability of the solution being offered. ����������� 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. 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. SAM.� Offeror�s 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. All responsible organizations may submit a quote, which shall be considered. EVALUATION The following factors shall be used to evaluate offers: technical acceptability and price. 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 salient physical, functional and performance characteristics and level or quality of the products listed in the LOM attachment- Attachment No. 1.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7da8b55646fd41b698e343bc317f134f/view)
- Record
- SN05791844-F 20200911/200909230147 (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 |