New York Bids > Bid Detail

Keysight PXle System Software Upgrades

Agency:
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159851393899821
Posted Date: Feb 23, 2024
Due Date: Mar 1, 2024
Source: https://sam.gov/opp/b4d6386a2b...
Follow
Keysight PXle System Software Upgrades
Active
Contract Opportunity
Notice ID
FA875124Q0036
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 23, 2024 01:59 pm EST
  • Original Date Offers Due: Mar 01, 2024 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6625 - ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS
  • NAICS Code:
    • 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
  • Place of Performance:
    Rome , NY 13441
    USA
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 FA875124Q0036 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 Publication Notice (DPN) 20240215.



See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein.



This procurement is being issued as total small business set-aside under NAICS code 334515 and small business size standard of 750 employees.





The contractor shall provide all items identified in the LIST OF MATERIALS (Attch #1) on a BRAND NAME ONLY (Attch #2) , firm fixed price basis including the cost of shipping FOB Destination.





******All Offerors shall be authorized resellers/distributors for Keysight. Any offers received from Offerors who are not authorized for the Keysight brand will not be considered for award.





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 2 WKS 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.





Addendum to the following paragraphs of 52.212-1 are:





(b) Written quotes are due at or before 3:00pm EST Friday, 01 March 2024. Submit to: by email to Tabitha.Haggart@us.af.mil Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Products and Commercial Services.





(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.





(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; 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 may proceed to award to the next otherwise successful registered Offeror.





EVALUATION





The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers:



(i) technical capability of the item offered to meet the Government requirement;



(ii) price; and



The Government intends to award to the Lowest Priced Technically Acceptable Offer. In determining required technical acceptability, the Government will evaluate the items offered for compliance with the items listed in the List of Materials (Attch #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 as well as the following:



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment



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



252.225-7000, Buy American--Balance of Payments Program Certificate



For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 3)



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 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:



X 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020), (Pub. L. 109-282) (31 U.S.C. 6101 note).



X 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328).



X 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021), (31 U.S.C. 6101 note).



X 52.219-6, Notice of Total Small Business Aside (15 U.S.C. 644) (NOV 2020)



X 52.219-28, Post Award Small Business Program Rerepresentation (FEB 2024) (15 U.S.C. 632(a)(2)).



X 52.222-3, Convict Labor (Jun 2003) (E.O. 11755)



X 52.222-19, Child Labor—Cooperation with Authorities and Remedies (FEB 2024)



X 52.222-21, Prohibition of Segregated Facilities (Apr 2015).



X 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246)



X 52.222-36, Equal Opportunity for Workers With Disabilities (JUN 2020) (29 U.S.C. 793)



X 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).



X 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513)



X 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.’s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)



X 52.232-33, Payment By Electronic Funds Transfer—System For Award Management (Oct 2018) (31 U.S.C. 3332)





The following additional FAR and FAR Supplement provisions and clauses also apply: (reference FAR 12.301)





X 52.204-16, Commercial and Government Entity Code Reporting



X 52.204-18, Commercial and Government Entity Code Maintenance



X 52.204-21, Basic Safeguarding of Covered Contractor Information Systems



X 52.204-22, Alternative Line Item Proposal



X 52.247-34, FOB Destination





X 52.252-1 Solicitation Provisions Incorporate by Reference





X 52.252-2 Clauses Incorporated by Reference





X 252.203-7000, Requirements Relating to Compensation of Former DoD Officials





X 252.203-7002 Requirement to Inform Employees of Whistleblower Rights.





X 252.203-7005, Representation Relating to Compensation of Former DoD Officials





X 252.204-7003 Control of Government Personnel Work Product





X 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support





X 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services





X 252.204-7024, Notice on the Use of the Supplier Performance Risk System





X 252.211-7003, Item Identification and Valuation





X 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors.





X 252.223-7008, Prohibition of Hexavalent Chromium





X 252.225-7001, Buy American and Balance of Payments Program



X 252.225-7048 Export-Controlled Items



X 252.225-7055, Representation Regarding Business Operations with the Maduro Regime



X 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime



X 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation.



X 252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region.



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



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



X 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports





X 252.232-7006, Wide Area Workflow Payment Instructions



X 252.232-7010, Levies on Contract Payments



X 252.244-7000, Subcontracts for Commercial Products and Commercial Services





X 252.247-7023, Transportation of Supplies by Sea – Basic



X 5352.201-9101, Ombudsman (JUL 2023) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Ombudsman: Mr. Mark Adams (Primary), 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



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
  • Feb 23, 2024 01:59 pm ESTCombined Synopsis/Solicitation (Original)

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 >