New York Bids > Bid Detail

Robotic 6 Axis Positioner

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159391277529730
Posted Date: Apr 9, 2024
Due Date: Apr 16, 2024
Solicitation No: FA875124Q0059
Source: https://sam.gov/opp/19df769919...
Follow
Robotic 6 Axis Positioner
Active
Contract Opportunity
Notice ID
FA875124Q0059
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE RESEARCH LABORATORY
Office
FA8751 AFRL RIKO
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 09, 2024 03:53 pm EDT
  • Original Published Date: Mar 27, 2024 11:53 am EDT
  • Updated Date Offers Due: Apr 16, 2024 03:00 pm EDT
  • Original Date Offers Due: Apr 03, 2024 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 01, 2024
  • Original Inactive Date: Apr 18, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5985 - ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT
  • NAICS Code:
    • 333248 - All Other Industrial Machinery Manufacturing
  • Place of Performance:
    Rome , NY 13441
    USA
Description

Combined Synopsis/Solicitation for Commercial Products and Commercial Services





General Information





Title: Robotic 6 Axis Positioner



Document Type: Combined Synopsis/Solicitation



Solicitation Number: FA875124Q0059



Posted Date: 09 April 2024



Response Date: 16 April 2024



Classification Code: 5985



Set-Aside: Total Small Business



NAICS Code: 333248







Contracting Office Address





Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514





Description





This is a combined synopsis/solicitation for commercial products and commercial services 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; Offers 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 FA875124Q0059 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) 2024-03 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20240215. See http://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 333248 and small business size standard of 750 employees.





The contractor shall provide the following items on a firm fixed price basis including the cost of shipping FOB Destination: See ATTACHMENT 1 for full list of materials.





SHIP HARDWARE TO:





DoDAAC: F4HBL1



CountryCode: USA



AFRL RIOLSC



AF BPN NO MILSBILLS PROCESSES



148 ELECTRONIC PKWY



ROME, NY 13441-4503



UNITED STATES





Name, Email address, and Phone number of the end user POC associated with the delivery will be provided via Section F of any award resulting from this solicitation.



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.





The anticipated delivery date is 10 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 13441.





The provision at 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (SEP 2023), 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, 16 April 2024. Submit to: brooke.mcdonald@us.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Products and Commercial Services.





(b)(4) Submit a technical description of the items being offered.





(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.





(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 5 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 Products and Commercial Services (NOV 2021) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) price and (ii) technical capability.



The Government intends to award to the Lowest Priced Technically Acceptable Offer. In determining required technical acceptability, the Government will evaluate the items offered against the specifications outlined in Attachment 1. All evaluation factors when combined are approximately equal.



Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (Nov 2023), as well as the following:



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)



252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (MAY 2021)



252.225-7000, Buy American--Balance Of Payments Program Certificate – Basic



252.225-7055, Representation Regarding Business Operations with the Maduro Regime (MAY 2022)



For your convenience all referenced certifications are attached to this solicitation. (ATTACHMENT 2)



The clause at 52.212-4, Contract Terms and Conditions -- Commercial



Products and Commercial Services (Nov 2023), applies to this acquisition.





The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (FEB 2024), applies to this acquisition.





(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:





(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).



(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (DEC 2023) (Section 1634 of Pub. L. 115-91).



(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment . (NOV 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).



(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015).



(5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)



(6) 52.233-3, Protest After Award (AUG 1996) ( 31 U.S.C. 3553).



(7) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 ( 19 U.S.C. 3805 note))





(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:





52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020)



52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023)



52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021)

52.219-6, Notice of Total Small Business Aside (NOV 2020)



52.219-28, Post Award Small Business Program Re-representation (FEB 2024)



52.222-3, Convict Labor (JUN 2003)



52.222-19, Child Labor—Cooperation with Authorities and Remedies (NOV 2023)



52.222-21, Prohibition of Segregated Facilities (APR 2015)



52.222-26, Equal Opportunity (SEP 2016)



52.222-36, Equal Opportunity for Workers With Disabilities (JUN 2020)



52.222-50, Combating Trafficking in Persons (NOV 2021)



52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)



52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021)



52.232-33, Payment By Electronic Funds Transfer—System For Award Management (OCT 2018)



The following additional FAR and FAR Supplement provisions and clauses also apply:



52.204-16, Commercial and Government Entity Code Reporting (AUG 2020)



52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020)



52.204-21, Basic Safeguarding of Covered Contractor Information Systems (NOV 2021)



52.204-22, Alternative Line Item Proposal (JAN 2017)



52.247-34, FOB Destination (NOV 1991)

52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998)

52.252-2, Clauses Incorporated by Reference (FEB 1998)



252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011)



252.203-7002 Requirement to Inform Employees of Whistleblower Rights (DEC 2022)



252.203-7005, Representation Relating to Compensation of Former DoD Officials (SEP 2022)



252.204-7003 Control of Government Personnel Work Product (APR 1992)



252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023)



252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023)



252.204-7024, Notice on the Use of the Supplier Performance Risk System (MAR 2023)



252.211-7003, Item Identification and Valuation (JUN 2023)



Para (c)(1)(i). Insert Contract Line, Subline, or Exhibit Line Item Number and Item Description: N/A for electronic delivery



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'



252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors (JAN 2023)



252.223-7008, Prohibition of Hexavalent Chromium (JAN 2023)



252.225-7001, Buy American and Balance of Payments Program (FEB 2024)

252.225-7048, Export-Controlled Items (JUN 2013)



252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023)

252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (MAY 2020) (DEVIATION 2020-O0015)



252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation (MAY 2022) (DEVIATION 2020-O0015)



252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)



252.232-7006, Wide Area Workflow Payment Instructions (JAN 2023)



252.232-7010, Levies on Contract Payments (DEC 2006)



252.244-7000, Subcontracts for Commercial Products or Commercial Services (NOV 2023)



252.246-7008, Source of Electronic Parts (JAN 2023)



252.247-7023, Transportation of Supplies by Sea – Basic (JAN 2023)



5352.201-9101, Ombudsman (JUL 2023) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Ombudsman: AFRL/PK, 1864 Fourth Street, Wright-Patterson AFB OH 45433-7130, COMM (937) 904-9700, FAX (937) 656-7321, email: afrl.pk.workflow@us.af.mil



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.



All responsible organizations may submit a quote, which shall be considered.






Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 315 330 7298 26 ELECTRONIC PKWY BLDG 106
  • ROME , NY 13441-4514
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >