Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
MODIFICATION

70 -- Data Acquisition System

Notice Date
9/10/2015
 
Notice Type
Modification/Amendment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Material Command, AFRL/RVKV - Kirtland AFB, 3550 Aberdeen Ave SE, Kirtland AFB, New Mexico, 87117, United States
 
ZIP Code
87117
 
Solicitation Number
F2KTAX5201A101
 
Archive Date
10/3/2015
 
Point of Contact
Shawn D. Capehart, Phone: 5058535043
 
E-Mail Address
shawn.capehart@us.af.mil
(shawn.capehart@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. This requirement is a 100% small business set aside. The NAICS Code for this synopsis/solicitation is 334111, Size Standard 1000 employees. Solicitation/Purchase Requisition Number F2KTAX5201A101 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-83, 03 Aug 2015. The Government contemplates award of one (1) firm-fixed price contract resulting from this solicitation for the following Contract Line Item Numbers (CLINs): CLIN 0001: 782555-00 NI PXIe-8135 with Removable Hard Drive No OS or HD, 781413-03 Windows 7 Professional 64-bit (English) Windows 7 64-Bit, NI PXI Embedded Controllers (English). See Attachment for equipment specifications. QUANTITY: 1 UNIT OF ISSUE: Each DESIRED DELIVERY: 30 Days ARO FOB: Destination Inspection and Acceptance: Destination CLIN 0002: 783199-01 Standard Temp, 250 GB 7200RPM Hard Drive. See Attachment for equipment specifications. QUANTITY: 1 UNIT OF ISSUE: Each DESIRED DELIVERY: 30 Days ARO FOB: Destination Inspection and Acceptance: Destination CLIN 0003: 782341-8192 8 GB Upgrade/Replacement RAM. See Attachment for equipment specifications. QUANTITY: 1 UNIT OF ISSUE: Each DESIRED DELIVERY: 30 Days ARO FOB: Destination Inspection and Acceptance: Destination CLIN 0004: 779660-01 USB English Keyboard and Optical Mouse. See Attachment for equipment specifications. QUANTITY: 1 UNIT OF ISSUE: Each DESIRED DELIVERY: 30 Days ARO FOB: Destination Inspection and Acceptance: Destination CLIN 0005: 780868-01 DVI-I to DVI-D and VGA Splitter. See Attachment for equipment specifications. QUANTITY: 1 UNIT OF ISSUE: Each DESIRED DELIVERY: 30 Days ARO FOB: Destination Inspection and Acceptance: Destination CLIN 0006: 82271-01 DisplayPort to VGA Monitor Cable. See Attachment for equipment specifications. QUANTITY: 1 UNIT OF ISSUE: Each DESIRED DELIVERY: 30 Days ARO FOB: Destination Inspection and Acceptance: Destination CLIN 0007: 783281-01 eSATA Accessory for NI PXIe-8135 with Removable Drive. See Attachment for equipment specifications. QUANTITY: 1 UNIT OF ISSUE: Each DESIRED DELIVERY: 30 Days ARO FOB: Destination Inspection and Acceptance: Destination CLIN 0008: 783205-01 Spare/Replacement Removable Hard Drive Shuttle. See Attachment for equipment specifications. QUANTITY: 1 UNIT OF ISSUE: Each DESIRED DELIVERY: 30 Days ARO FOB: Destination Inspection and Acceptance: Destination CLIN 0009: 781058-01 NI PXIe-6368, X Series DAQ (16 Simultaneous AI, 48 DIO, 4 AO). See Attachment for equipment specifications. QUANTITY: 1 UNIT OF ISSUE: Each DESIRED DELIVERY: 30 Days ARO FOB: Destination Inspection and Acceptance: Destination CLIN 0010: 782536-01 SCB-68A Noise Rejecting, Shielded I/O Connector Block. See Attachment for equipment specifications. QUANTITY: 2 UNIT OF ISSUE: Each DESIRED DELIVERY: 30 Days ARO FOB: Destination Inspection and Acceptance: Destination CLIN 0011: 779556-01 BNC-2090A Rack-mountable accessory for 68-pin Multifunction DAQ. See Attachment for equipment specifications. QUANTITY: 2 UNIT OF ISSUE: Each DESIRED DELIVERY: 30 Days ARO FOB: Destination Inspection and Acceptance: Destination CLIN 0012: 192061-02 SHC68-68-EPM Cable (2m) SHC68-68-EPM Shielded Cable, 68-D-Type to 68 VHDCI Offset, 2 m. See Attachment for equipment specifications. QUANTITY: 2 UNIT OF ISSUE: Each DESIRED DELIVERY: 30 Days ARO FOB: Destination Inspection and Acceptance: Destination CLIN 0013: 781446-01 NI HDD-8265 (12 TB), 12 TB, 2U, Cabled PCIe HDD Enclosure w/RAID. See Attachment for equipment specifications. QUANTITY: 1 UNIT OF ISSUE: Each DESIRED DELIVERY: 30 Days ARO FOB: Destination Inspection and Acceptance: Destination CLIN 0014: 779725-03 x4 MXI Copper Cable (3m). See Attachment for equipment specifications. QUANTITY: 1 UNIT OF ISSUE: Each DESIRED DELIVERY: 30 Days ARO FOB: Destination Inspection and Acceptance: Destination CLIN 0015: 780064-01 NI 8262x4 Cabled PCI Express Module for PXI Express. See Attachment for equipment specifications. QUANTITY: 1 UNIT OF ISSUE: Each DESIRED DELIVERY: 30 Days ARO FOB: Destination Inspection and Acceptance: Destination CLIN 0016: 780321-01 NI PXIe-1082, 8-Slot 3U PXI Express Chassis. See Attachment for equipment specifications. QUANTITY: 1 UNIT OF ISSUE: Each DESIRED DELIVERY: 30 Days ARO FOB: Destination Inspection and Acceptance: Destination CLIN 0017: 763000-01 United States 120VAC Power Cord, AC, U.S., 120 VAC, 2.3 meters. See Attachment for equipment specifications. QUANTITY: 1 UNIT OF ISSUE: Each DESIRED DELIVERY: 30 Days ARO FOB: Destination Inspection and Acceptance: Destination CLIN 0018: 778800-35 NI Measurement Studio Enterprise Edition for Windows, Windows, Include 1 Year SSP 960903-01 Basic Assembly Services no charge. See Attachment for equipment specifications. QUANTITY: 1 UNIT OF ISSUE: Each DESIRED DELIVERY: 30 Days ARO FOB: Destination Inspection and Acceptance: Destination NOTE: Please provide a BRAND NAME OR EQUAL quote for the item(s) below. If an "or equal" quote is submitted, the proposal will be sent to the technical advisor for compatibility and verification. Any offeror providing an "or equal" product shall thoroughly describe how their product meets all the required characteristics listed. Failure to do so will make that offeror non-responsive and will not be considered for award. In accordance with the FAR 13.106-1(a)(2), offerors are notified that award will be made on the basis of best value. Best value shall be determined by price and technical capability. Offerors will be evaluated in accordance with FAR 13.106-2. Offers may be submitted via email to Shawn.Capehart@us.af.mil or fax to (505) 846-4669 ATTN: Shawn Capehart. Electronic documents shall be submitted in.pdf,.doc, or.xls. Communication containing documents in any other format, including.zip, may be blocked or stripped by the Government's server and may not be received by this office. Quotes must be received no later than 11 September 2015 4:00PM MST to be considered for award. Late quotes shall not be considered. ADDITIONAL INFORMATION : Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive payment for products/services rendered to the Government as the result of an award. If you are not registered you may request an application at (334) 206-7828 or though the SAM website at https://www.sam.gov. All payments are to be paid via the Internet through the Wide Area Workflow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. The following provisions and clauses apply to this procurement: FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal unless electronically filed in System for Award Management) 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. [in paragraphs (b) and (c) the following clauses apply: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33] FAR 52.219-1, Alt I, Small Business Program Representations FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, System for Award Management DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.211-7003, Item Identification and Valuation DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7000, Buy American Statute-Balance of Payments Program Certificates DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modification DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances The following full text provisions and clauses apply to this procurement: 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: Price and technical capability of the item offered to meet the Government requirement. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.225-18 - Place of Manufacture. (a) Definitions. As used in this clause- "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (End of provision) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-5 - Authorized Deviations in Provisions (Apr 1984) •(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. •(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. FAR 52.252-6 - Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-O0010) (FEB 2015) (a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-O0010)(FEB 2015 ) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause) 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations. Include the attached provision in all solicitations that will use funds made available by the Consolidated and Continuing Appropriations Act, 2015 (Pub. L. 113-235), including solicitations for the acquisition of commercial items under FAR part 12. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-OO0005) (DEC 2014) (a) In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 5352.201-9101 Ombudsman OMBUDSMAN (APR 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Primary: Ms. Jeannine Kinder AFNWC/PZ (505)846-1924 jeannine.kinder@us.af.mil Alternate: Mr. Anthony Kaiser AFNWC/PZC (505)853-7666 anthony.kaiser@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Questions and Answers: This RFQ is for purchase only and no development of software or >>> integrating of the "test" stand? >>> >>> I ask because on the file named, >>> "16_channel_simultaneous_high_speed_acquisition_system.docx", the >>> software section states "provide support to develop code". However, >>> I do not see any specification or requirements on the code that is >>> to be developed. >>> >>> The next question. What brand name is part, 82271-01, for CLIN 0006? >>> The vendor will be required to supply the software drivers that > interface the DAS hardware to Visual Studio. The user will then > develop the code in C# to control the instrument, acquire data, and > format the data appropriate to our needs. > > Number 3 was not given a brand name. It's could easily be a generic > part that the company resells since it is a simple VGA cable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLPLSVD/F2KTAX5201A101/listing.html)
 
Record
SN03879759-W 20150912/150910235758-809943bf73dcb79928c2105a7f911958 (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.