Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2020 SAM #6796
SOLICITATION NOTICE

66 -- Keysight Switch Matrix and Frame

Notice Date
7/6/2020 12:13:43 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
FA8751 AFRL RIKO ROME NY 13441-4514 USA
 
ZIP Code
13441-4514
 
Solicitation Number
FA875120Q0372
 
Response Due
7/10/2020 12:00:00 PM
 
Archive Date
07/25/2020
 
Point of Contact
Richard Childres
 
E-Mail Address
Richard.Childres@us.af.mil
(Richard.Childres@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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; 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 FA8751-20-Q-0372 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) 2020-06 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20200605.� See http://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 334515 and small business size standard of 750 employees. � The contractor shall provide the item detailed below on a Firm Fixed Price, BRAND NAME ONLY basis, including FOB Destination.� See the attached Brand Name Justification (Attachment 1) for details. �All Offerors must be Keysight authorized resellers.� Any offers received from contractors who are not Keysight authorized will not be considered for award. Line Item 0001: - Keysight Technologies Inc. E5250A Low Leakage Switch Mainframe with 1 Year warranty, quantity 1 - Keysight Technologies Inc. E5250A-E5252A-FG 10x12 Matrix Switch (E5252A) with 1 year warranty, quantity 2 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 12 weeks After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors � Commercial Items applies to this acquisition.� Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3PM Eastern Time, Tuesday 30 June 2020. Submit by email to: �richard.childres@us.af.mil Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4)� Submit a technical description of the items being offered. (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; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: �(i) price and (ii) technical capability All evaluation factors when combined are approximately equal. The Government intends to award to the lowest priced, technically acceptable Offeror. Offerors are required to complete the following representations and certifications: 52.212-3, Offeror Representations and Certifications -- Commercial Items 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 252.225-7000, Buy American--Balance Of Payments Program � Basic For your convenience all referenced certifications are attached to this solicitation. (Attachment 2) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition.� The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside (Deviation 2020-O0008) 52.219-28, Post Award Small Business Program Re-representation 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 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.247-34, FOB Destination 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 252.211-7003, 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� 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 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 252.225-7048 Export-Controlled Items 252.225-7974, Prohibition on Contracting with Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005) 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 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 252.243-7001 Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.246-7008, Source of Electronic Parts 252.247-7023, Transportation of Supplies by Sea � Basic 5352.201-9101, Ombudsman is hereby incorporated into this solicitation.� The Ombudsman for this acquisition is Mr. Steven Ewers, 1864 4th Street, Wright-Patterson AFB OH 45433-7130, COMM:� (937) 255-5235; EMAIL: steven.ewers@us.af.mil 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://wawf.eb.mil).� Wide Area Workflow Training may be accessed online at http://www.wawftraining.com.� Please confirm in your quote 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.� Line Item 0001 requires 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. The Defense Priorities and Allocations System (DPAS) rating DO-C9 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5041e7820cfd42178ac2e316679a5083/view)
 
Record
SN05712456-F 20200708/200706230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.