Federal Bid

Last Updated on 28 Sep 2018 at 8 AM
Combined Synopsis/Solicitation
New york New york

Arbitrary Waveform Generator

Solicitation ID FA8751-18-Q-0520
Posted Date 06 Sep 2018 at 1 PM
Archive Date 28 Sep 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location New york New york United states
 

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 (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 FA8751-18-Q-0520 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) 2005-100 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20180824.  See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein.

This solicitation is unrestricted.  The NAICS code is 334515 and small business size standard is 750 employees.

The contractor shall provide the following items on a brand name only firm fixed price basis including the cost of shipping FOB Destination. Brand name only will be accepted, for your convenience a brand name justification is attached to this solicitation. (Attachment 1).

Part Number

Description

QTY

AWG5204

 

 

AWG5402 GEN

 

AWG5200-450

AWG5200 Series, 16 Bit, 4 CH Analog, 4 Markers/Channel, 2GS Memory

 

4 Markers per channel

 

 

License: 10 GS/s Sample Rate (Interpolated from 5 GS/s); Node Locked

1

Items highlighted in yellow require UID Labels.

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 30 Days 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 F4HBL1/Transportation Officer, Depot 2, 148 Electronic Pkwy, M/F: RIOLSC, Rome NY 13441-4516.

 

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) 13 September 2018.  Submit to:  AFRL/RIKO, Attn: Crystal Whitney, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to:  315-330-2555 or by email to [email protected]  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.

 

(b)(12) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. A UID Label is required.  

 

(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.

 

(k)  SAM.  Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 3 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.

 

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;

(ii) past performance (see FAR 15.304 and 12.206).

All evaluation factors when combined are of equal importance. Award will be made to the lowest price offeror with no negative past performance.

Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; Alternate I.

For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 2) 

DFARS 252.239-7009, Representation of Use of Cloud Computing

DFARS 252.225-7020, Trade Agreements Certificate-BASIC

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:

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Pub. L. 109-282) (31 U.S.C. 6101 note).

52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (31 U.S.C. 6101 note).

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  
52.204-19, Incorporation by Reference of Representations and Certifications
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 (MAR 2016) 

Para. (c)(1)(i):  N/A

Para. (c)(1)(ii):  N/A

Para. (c)(1)(iii):  N/A

Para. (c)(1)(iv):  N/A

Para. (f)(2)(iii):  N/A

252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors.

252.223-7008, Prohibition of Hexavalent Chromium

252.225-7000, Buy American--Balance of Payments Program Certificate

252.225-7001, Buy American and Balance of Payments Program
252.225-7048 Export-Controlled Items

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

252.239-7010, Cloud Computing Services 
252.239-7017, Notice Of Supply Chain Risk

252.239-7018, Supply Chain Risk

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
252.247-7024, Notification of Transportation of Supplies by Sea

5352.201-9101, Ombudsman (AUG 2017) is hereby incorporated into this solicitation.  The Ombudsman for this acquisition is Ms Lisette K. LeDuc, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 COM: 937-904-4407, email: [email protected].  Alternate Ombudsman: Ms Kimberly L. Yoder, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 COM: 937-255-4967, email: [email protected]

The following additional terms and conditions apply: 

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 proposal 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 Contract Line Item Numbers (CLINs) with a unit price ≥ $5,000. Vendors will be expected to supply Unique Item Identifier (UII/ UID) labels. (See items hightlighted in yellow above)

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 proposal, which shall be considered.

Bid Protests Not Available

Similar Past Bids

Rome New york 06 Sep 2018 at 11 AM
New york New york 12 Sep 2018 at 4 PM
New york New york 12 Jul 2018 at 6 PM
New york New york 17 May 2018 at 7 PM
Force Pennsylvania 05 Sep 2017 at 7 PM

Similar Opportunities

New york New york 13 Nov 2025 at 8 PM
New york New york 13 Nov 2025 at 8 PM
Philadelphia Pennsylvania 14 Jul 2025 at 4 AM
Oklahoma 01 Aug 2025 at 4 AM (estimated)
Oklahoma 01 Aug 2025 at 4 AM (estimated)