Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2010 FBO #3074
MODIFICATION

66 -- Vector Network Analyzer

Notice Date
4/23/2010
 
Notice Type
Modification/Amendment
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 562 CBSG OMP (AFMETCAL), 813 Irving Wick Dr. W. Bldg 2, Heath, Ohio, 43056-6116, United States
 
ZIP Code
43056-6116
 
Solicitation Number
FA2263-10-Q-0015
 
Archive Date
3/10/2011
 
Point of Contact
Amy I Poling, Phone: 740-788-5045, Glenna F Pound, Phone: 740-788-5040
 
E-Mail Address
Amy.Poling@afmetcal.af.mil, glenna.pound@afmetcal.af.mil
(Amy.Poling@afmetcal.af.mil, glenna.pound@afmetcal.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Date for receipt of offers is being extend to 4:00PM EST, 28 April 2010. Previous extension did not get posted before the closing time, therefore, to ensure a level playing field we are extending the closing for receipt of offers. Reminder -- you must submit your offers in sufficient time to allow for receipt of electronic transmission. ******************************************* This modification extends the closing date to 19 April 2010 at 2:00pm EST.******************************************************** This modification extends the closing date to 19 April 2010 at 12:00pm EST. ************************************************************ This modification, posted 30 March 2010, is to remove all references to product samples in the solicitation. Product samples are no longer a solicitation requirement. However, all other solicitation requirements remain the same. **************************************** This posted modifcation is to add DFAR clause 252.225-7013, Duty-Free Entry to the solicitation. All other solicitation requirements remain unchanged.********************************************* This is a combined synopsis solicitation no written solicitation will be issued. AFMETCAL 562 CBSG/OMP at Heath OH intends to award a firm fixed price purchase order under Simplified Acquisition Procedures (SAP) for the purchase of one each 20 GHz Vector Network Analyzer with Five-year extended warranty, technical manual and calibration certificate and three each 50 GHz Vector Network Analyzer with Five-year extended warranty and technical manual. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subparts 12.6 and 13, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 and DAC 91-13 DFARS Change Notice (DCN) 201000301. This announcement constitutes the only solicitation. Quotes are being requested and a written request for quotation (RFQ) will not be issued. It is the offeror's responsibility to monitor this site for the release of amendments (if any). The RFQ number is FA2263-10-Q-0015 and shall be referenced on any offer submitted. The North American Industry Classification System (NAICS) code for this acquisition is 334515 and the business size standard is 500 employees. This quotation is being solicited as unrestricted. Offerors are requested to provide pricing for a total of 4 units (1 unit at 20 GHz and 3 units at 50 GHz). It is anticipated that all 4 units will be purchased in FY 10. The 20 GHz Vector Network Analyzer must meet the requirements of Purchase Description 10E-154A-RF, Rev. 9, dated 5 Mar 2010, with a Five-year extended warranty and data in accordance with DD 1423. The 50 GHz Vector Network Analyzer must meet the requirements of Purchase Description 10E-148A-RF, Rev. 6, dated 5 Mar 2010, with a Five-year extended warranty and data in accordance with DD 1423. The Purchase Descriptions, warranty description, and requirements for data delivery on the contract data requirements list (DD 1423) are available for download at this site. Please review all documents carefully. Products offered shall be commercially available. Delivery of the 20 GHz unit and one 50 GHz unit shall be 60 days after receipt of award notification. The remaining two 50 GHz units shall be delivered as 1 each 60 days after acceptance of the first 50 GHz unit and 1 each 90 days after acceptance of the first 50 GHz unit. Accelerated delivery is not permitted unless authorized by the contracting officer. The units will be shipped to AFMETCAL in Heath Ohio. Delivery shall be FOB destination. All four units (20 GHz and 50 GHz) will undergo 45 days of acceptance testing after receipt of each unit at AFMETCAL in Heath, Ohio. Invoices may not be submitted in WAWF until each unit has passed acceptance testing. Offerors will be required to provide pricing for one 20 GHz unit and three 50 GHz units. Please include any quantity break discounts. Offers shall be submitted on an all or none basis. Any offers received not for all of the units (20 GHz and 50 GHz) will be considered nonresponsive to the solicitation requirements. The current versions of the following clauses apply to this acquisition and are incorporated by reference: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation--Commercial Items - (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical. Capability of the item offered to meet the Government requirements as stated in the purchase description and 2. Price. Award will be made to the responsible technically acceptable offeror who conforms to all of the solicitation requirements and has the lowest evaluated price. All offeror's shall provide with their quotation, descriptive literature, brochures, and technical proposal response. Offerors must submit sufficient technical literature, documentation, etc., in order for the Government to make an adequate technical assessment of the proposed unit. Award will be based on technical acceptability (acceptable or not acceptable) and then price. Technical acceptability will be determined solely on the content and merit of the technical proposal and product sample submitted in response to this request for quote. Offerors who did not meet the technical requirements will not be considered for award. The technical proposal response shall include a written line-by-line response to each paragraph number of the purchase descriptions and include a product sample for both the 20 GHz unit and 50 GHz unit. Each PD paragraph response is to be specific and detailed enough to allow full evaluation of the equipment being offered and its capabilities. A simple statement of compliance is not acceptable. Where the technical literature demonstrates that the proposed unit meets the requirement of a specific purchase description paragraph you may reference that page and paragraph of the technical literature in your technical response in lieu of restating it. The product sample units should be commercial units and be as close to the proposed unit as possible. Provide all accessories required for operation including operating instructions/manual, as each unit will undergo evaluation to ensure it meets all of the requirements of the specific purchase description. Provide detailed information on how the product sample units will be modified to meet the technical requirements. Failure to submit product samples on time may require rejection of your offer. Items delivered under any resulting contact must conform to the approved product samples. The product samples shall be submitted at no expense to the Government and shall be returned, at the offeror's expense, upon completion of evaluation. Product samples shall be sent to 588 CBSS GBHA (AFMETCAL), Attn: Carol Cooperrider, 813 Irving-Wick Drive, W. Bldg 4, Door 15, Heath, OH 43056-6116 Mark Product Sample FA2263-10-Q-0015 on the shipping documents. Evaluation of the product sample units shall take no longer than 45 days after receipt at AFMETCAL, Heath, OH. Please call Amy Poling at 740-788-5045, or email to Amy.Poling@afmetcal.af.mil to advise of the shipping of your product sample units prior to the closing date of this solicitation. See the document titled "Instructions to Offerors" posted at this site for additional information; FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, with Alternate I. Each offeror shall include a completed copy of this provision. Offerors shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (deviation); FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-9 Small Business Subcontracting Plan (Deviation); FAR 52.219-16 Liquidated Damages - Subcontracting Plan; FAR 52.219-28 Post-Award Small Business Program; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veteran; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.233-3 Protest after Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; DFAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFAR 252.211-7003 Item Identification and Valuation; DFAR 252.212-7000 Offeror Representations and Certifications - Commercial Items; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7013 Duty Free Entry; DFAR 252.225-7020 Trade Agreements Certificate; DFAR 252.227-7015 Technical Data - Commercial Items; DFAR 252.232-7003 Electronic Submission of Payment Request and Receiving Reports; DFAR 252.232-7010 Levies on Contract Payments; DFAR 252.247-7023 Transportation of Supplies by Sea; AFMC 5352.211-9003 New Manufactured Material - Surplus Not Acceptable; AFMC FAR 5352.215-9006 Intent to Incorporate Contractor's Technical Proposal (AFMC); AFFAR FAR 5352.201-9101 Ombudsman (AFMC) - When appropriate, potential offerors may contact Ombudsman Crystal Hollifield, WR-ALC/PKC at Phone 478-222-1088, Fax 478-222-1121. To view provisions and clauses in full text see website (http://farsite.hill.af.mil). All offers must be valid for a period of 90 days. 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 reserves the right to limit the number of offers reviewed for award, for efficiency purposes. The offer must: (1) be for the item described in the purchase description and include a product sample unit for both the 20 GHz unit and 50 GHz unit, (2) be for ALL of the items, (3) be FOB Destination, (4) include a delivery schedule and discount/payment terms, (5) include copy of commercial price list, (6) include name of and be signed by an authorized company representative along with telephone number and facsimile number, (7) include taxpayer identification number (TIN), CAGE Code Number and DUNS Number, (8) include a technical proposal that follows the PD line-by-line, (9) include a statement of compliance with extended 5-year warranty, (10) include a copy of subcontracting plan, if applicable, (11) include FAR 52.212-3 reps and certs and be sure ORCA and CCR are current. CLINs should be priced as follows: CLIN 0001 Vector Network Analyzer -- 20 GHz, 1 each CLIN 0002 Data Requirements, IAW DD 1423 CLIN 0003 Five-year warranty, 1 each CLIN 0004 Vector Network Analyzer -- 50 GHz, 3 each CLIN 0005 Data Requirements, IAW DD 1423 CLIN 0006 Five-year warranty, 3 each This will be a DO-A7 rated order. Offers are due by April 28, 2010 at 4:00 PM EST to: Amy Poling, 562 CBSG/OMP (AFMETCAL) 813 Irving-Wick Dr W, Bldg. 2, Heath OH 43056-1199. Facsimile submissions to 740-788-5157 are permissible with the follow-up of an original sent by mail or submit by email to Amy.Poling@afmetcal.af.mil. Any offer or modifications to the offer received after the exact time specified for receipt of offers/quotes may not be considered. All contractors must be registered in the Central Contractor Registration (CCR) Database and must put their reps and certs in the ORCA website at http://ORCA.bpn.gov. All responsible sources may submit an offer, which if received timely shall be considered by this agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFMETCAL/FA2263-10-Q-0015/listing.html)
 
Record
SN02130769-W 20100425/100423235332-0c3537adc54b533dc2595b995c857b61 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.