Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
MODIFICATION

66 -- Spectrum Analyzer - Amendment 1

Notice Date
6/29/2016
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-16-T-0216
 
Archive Date
7/21/2016
 
Point of Contact
Nicole G. Hernandez, Phone: 5756784979
 
E-Mail Address
nicole.g.hernandez2.civ@mail.mil
(nicole.g.hernandez2.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Requirements revised (i) 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; proposals are being requested and a written solicitation will not be issued. N/A (ii) The solicitation number is W911QX-16-T-0216. This acquisition is issued as an request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88 effective 16 May 2016. (iv) The associated NAICS code is 334516. The small business size standard is 1,000. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): Spectrum Analyzer as listed below: (vi) Description of requirements: Quantity one (1) Spectrum Analyzer that fulfills the following minimum specifications of the Government: Frequency Range: 9 kHz to 18 GHz Frequency Resolution: 1 Hz Frequency Span: 0 Hz, 10 Hz to 20 GHz Peak RF Power: 36 dBm Signal Analysis Bandwith of at least: 28 MHz Maximum Dimensions:16.09 in x 6.22 in x 18.32 in Display average noise levels as follows: (See requirements attachment) 11. Shipping to WSMR, NM 88002 (vii) Delivery is required: four (4) weeks After Receipt of Order (ARO). Delivery shall be made to US Army Research Laboratory, White Sands, NM 88002. Acceptance shall be performed at US Army Research Laboratory, White Sands, NM. The FOB point is US Army Research Laboratory, White Sands, NM. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: N/A (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will first be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. Those offers that meet or exceed the stated performance characteristics and specifications will then be evaluated in terms of technical aspects above the minimum requirements and of those aspects not addressed in the solicitation performance characteristics and specifications that would be most beneficial to the Government. In particular, the Government is willing to trade-off on price for offerors that exceed the following performance characteristics/specifications and/or delivery time. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets or exceeds the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include _3_ records of sales from the previous _12_ months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: N/A (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-7 System for Award Management (July 2013), 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013), 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015); 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015); 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013), 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011), 52.219-28 Post Award Small Business Program Representation (July 2013), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-36 Affirmative Action for Workers with Disabilities (July 2014), 52.222-50 Combatting Trafficking in Persons (Mar 2015), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications (Dec 2012), 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013), 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011), 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011), 252.204-7003 Control of Government Personnel Work Product (Apr 1992), 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015), 252.204-0009 Contract Wide: By Fiscal Year (Sep 2009), 252.204-7011 Alternative Line Item Structure (Sep 2011), 252.204-7012 Limitations on the use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Dec 2015), 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014), 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013), 252.225-7000 Buy American Statute-Balance of Payments Program Certificate (Jun 2012); 252.225-7001 Buy American Act and Balance of Payments Program (Dec 2012); 252.225-7048 Export-Controlled Items (June 2013), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012), 252.232-7010 Levies On Contract Payments (Dec 2006), 252.244-7000 Subcontracts for Commercial Items (Jun 2013), 252.247-7023 Transportation of Supplies by Sea (Aug. 1992). (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): APG-ADL-B.5152.204-4409 ACC - APG Point of Contact (Apr 2011); APG-ADL-B.5152.204-4411 Technical Point of Contact (Dec 2002); APG-ADL-B.5152.216-4407 Type of Contract (Sep 1999); APG-ADL-E.5152.246-4400 Government Inspection and Acceptance (Sep 1999); APG-ADL-G.5152.232-4418 Tax Exemption Certificate (Sep 1999); APG-ADL-H.5152.211-4401 At Receiving Room Requirements - WSMR ALTERNATE II (JAN 2005); APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011); 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); 52.252-2 Clauses Incorporated by Reference (Feb 1998); 252.211-7003 Item Unique Identification and Valuation (DEC 2013); 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on 6 July 2016 by 10:00am Mountain Standard Time (MST) via email to nicole.g.hernandez2.civ@mail.mil, (xvii) For information regarding this solicitation, please contact Nicole Hernandez, nicole.g.hernandez2.civ@mail.mil, (575) 678-4979.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e4fdae9361399798fe18361ec8a1b25c)
 
Place of Performance
Address: U.S. Army Research Laboratory, White Sands, New Mexico, 88002, United States
Zip Code: 88002
 
Record
SN04166156-W 20160701/160629235037-e4fdae9361399798fe18361ec8a1b25c (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.