SOLICITATION NOTICE
H -- Combined Synopsis/Solicitation for Brand Name purchase for hardware modifications for Wideband Systems Telemetry Recorders
- Notice Date
- 5/12/2025 3:47:58 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- FA9302 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- F1S0AZ5097A001
- Response Due
- 5/19/2025 11:00:00 AM
- Archive Date
- 06/03/2025
- Point of Contact
- Jasmine Waterman, Christina Day
- E-Mail Address
-
jasmine.waterman@us.af.mil, christina.day.6@us.af.mil
(jasmine.waterman@us.af.mil, christina.day.6@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation for the Brand Name acquisition of hardware modifications and software upgrade to Wideband Systems products. This is a Combined Synopsis/Solicitation for the Brand Name acquisition of hardware modifications and software upgrade to Wideband Systems products. Please see attached Solicitation for more details. (i) This is a combined synopsis/solicitation for commercial products 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. Simplified Acquisition Procedures (FAR Part 13) will be used for requirement. (ii) Solicitation Number: FA930225Q0032 **Please provide the full solicitation number on all packages** Interested parties who believe they can meet all the requirements for the products described in this synopsis are invited to submit, in writing, a complete quote. Offerors are required to submit with their quote with enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email. Submit only written offers. This solicitation is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2025-03, DFARS Change 01/17/2025 and DAFAC 2024-0612. (iv) THIS REQUIREMENT WILL BE: Brand Name hardware modifications and software upgrade for Wideband Systems Telemetry Recorders. The North American Industry Classification System (NAICS) number for this acquisition is 334111 �Electronic Computer Manufacturing� with a size standard of 1,250 employees. (v) Delivery: Period of Performance will be 45 Days ARO or as soon as possible. (vi) The provision at FAR 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services (Sep 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/. Offerors shall prepare their quotations in accordance with FAR 52.212-1. In addition, the following information shall be included: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE: 1. SAM UEI: 2. TIN Number: 3. CAGE Code: 4. Contractor Name: 5. Payment Terms (NET 30) or Discount: 6. Point of Contact Name and Phone Number: 7. Email address: 8. Warranty: 9. Date Offer Expires: 10. FOB Destination: 11. Estimated Delivery Lead Time: 12. Completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications�Commercial Products and Commercial Services (Feb 2024) � or - notification that FAR 52.212-3 representations and certifications are available on SAM.gov (vii) The provision at FAR 52.212-2, Evaluation�Commercial Products and Commercial Services (Nov 2021) applies to this acquisition. 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: ***Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive*** The solicitation provides that quotations will be evaluated using Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability factor contains one non-cost subfactor: (1) Ability to provide the hardware modifications necessary for a software upgrade to the Wideband Systems products as stated on the Solicitation document. The agency will first rank quotations according to price, from lowest to highest, and will evaluate the lowest-priced quotation as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the government. Note: Vendors must be authorized resellers of Wideband Systems, Inc to be considered for award. The Government will award a purchase order resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ and considered to be the Best Value based on LTPA. (viii) Offerors must have completed copies of applicable provisions in sam.gov. Offers will be considered incomplete if not completed. (iv) The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services (Nov 2023), applies to this acquisition. (x) The class deviation of clause FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services (March 2025), applies to this acquisition. (xi) Additional Contract Requirement or Terms and Conditions: Please find a contemplated list of additional provisions/clauses within the Solicitation document attached; the final list of clauses is dependent upon actual dollar value of the contract award and may change from those provided in the attachment. Full text for the clauses and provisions can be accessed via https://www.acquisition.gov/ (xii) Defense Priorities and Allocation System (DPAS): N/A (xiii) Quote Submission Information: It is the government�s intent to award without discussions. Therefore, each initial quote should contain the offeror�s best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary. Offers are due by 19 May 2025 at 11:00 AM, Pacific Daylight Time (PDT). Offers must be sent via email to Jasmine Waterman (jasmine.waterman@us.af.mil) No late submissions will be accepted. (xiv) For additional information regarding this solicitation contact: Primary Point of Contact: Jasmine Waterman Contract Specialist jasmine.waterman@us.af.mil Secondary Point of Contact: Christina Day Contracting Officer christina.day.6@us.af.mil QUESTION PERIOD: The period for questions regarding this RFQ will end at 2:00 PM PDT on 15 May 2025. Please send all questions to the buyer via email at jasmine.waterman@us.af.mil. Phone inquiries are not available currently. All questions and answers will be posted to this RFQ.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fafb8ba8c7f24304a42e76b65ea94b5c/view)
- Place of Performance
- Address: Edwards, CA 93524, USA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN07439090-F 20250514/250512230045 (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 |