New York Bids > Bid Detail

Optical Spectrum Analyzer

Agency:
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159910139736195
Posted Date: Feb 13, 2024
Due Date: Feb 20, 2024
Source: https://sam.gov/opp/08f24576ae...
Follow
Optical Spectrum Analyzer
Active
Contract Opportunity
Notice ID
FA875124Q0035
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 13, 2024 01:37 pm EST
  • Original Date Offers Due: Feb 20, 2024 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6650 - OPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIES
  • 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 FA875124Q0035 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) 2024-02 and Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) 20231222.



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 is 334515 and small business size standard 750 employees.



The contractor shall provide brand name (Attachment 1) on the products listed in the List of Materials attachment (Attachment 3) on a firm fixed price basis, including the cost of shipping FOB destination.





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.





DELIVERY





The anticipated delivery date is 8 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.





INSTRUCTIONS





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 3:00 PM Eastern Time Tuesday, 20 February 2024 Submit to: AFRL/RIKO, Attn: Leena Budhu, 26 Electronic Parkway, Rome NY 13441-4514 or by email to leenawattie.budhu.1@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.



(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; 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.







EVALUATION



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:




  1. Price and

  2. Technical Capability



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 items listed in the List of Materials attachment (Attachment 3). All evaluation factors when combined are approximately equal.



REPRESENTATIONS AND CERTIFICATIONS



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



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 – Basic





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



TERMS AND CONDITIONS



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 (Dec 2023), 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:



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))



52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities



52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.



52.209-10, Prohibition on Contracting with Inverted Domestic Corporations



52.232-40, Providing Accelerated Payments to Small Business Subcontractors



52.233-3, Protest After Award



52.233-4, Applicable Law for Breach of Contract Claim



(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



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



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



52.219-28, Post Award Small Business Program Rerepresentation



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



52.247-34, FOB Destination



52.252-1, Solicitation Provisions Incorporated by Reference



52.252-2, Clauses Incorporated by Reference



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



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



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'



252.215-7013 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



252.225-7012, Preference for Certain Domestic Commodities



252.225-7048 Export-Controlled Items



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



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



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



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



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)



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



252.232-7006, Wide Area Workflow Payment Instructions



252.232-7010, Levies on Contract Payments



252.244-7000, Subcontracts for Commercial Products and Commercial Services



252.246-7008, Source of Electronic Parts



252.247-7023, Transportation of Supplies by Sea – Basic





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





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 DFAR 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 proposal 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.



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 13, 2024 01:37 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 >