Solicitation FA8751-13-Q-CRYPTO is issued as a Request for Quote.
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20130228. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein.
This procurement is being issued as Total Small Business Set-Aside under NAICS code 423430 and small business size standard 500 employees.
The contractor shall provide the following items on a firm fixed price basis. Total price must include shipping FOB Destination and all travel expenses:
• De-installation of two (2) KG-194 encryption devices and HNF-81 frame
• Supply and installation of rack mount with power supply for one (1) KIV-7M to include two (2) sets of KIV-7M cables, two (2) sets of KIV-7M RS-530 cables and any other necessary cables and connectors.
• Onsite system testing.
Reference attached Performance Work Statement for a complete description of the requirement (Attachment No. 1).
Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. Warranty shall be of a minimum of one (1) year from install/acceptance date with telephone support.
The required Period of Performance is 120 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 AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514.
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 3:00 PM, 17 April 2013. Submit to: AFRL/RIKO, Attn: Leslie Christoferson, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-7025 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) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation.
(b)(12) 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.
(c) The Period of acceptance offers is changed from 30 calendar days to 60 calendar days.
(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 prior to submitting an invoice. Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Offerors who are not already registered should consider applying for registration at least two weeks prior to invoicing.
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) technical capability of the item offered to meet the Government requirement;
(ii) price
All evaluation factors are of approximate equal importance.
Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, ALT I and DFARS 252.209-7997 Representation by Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law - DoD Appropriations (Deviation 2013-O0006) (Attachment No. 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
52.219-28, Post Award Small Business Program 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, Affirmative Action for Workers with Disabilities
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-Central Contractor Registration
52.222-41, Service Contract Act of 1965, as Amended
52.222-42, Statement of Equivalent Rates for Federal Hires
23183 - Electronics Technician Maintenance III WG 10/2: $24.85 + $3.71=$28.56/hr
The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel.
252.247-7023 Transportation of Supplies by Sea, Alternate III
252.247-7024 Notification of Transportation of Supplies by Sea
The following additional FAR and FAR Supplements provisions and clauses also apply:
52.232-18 Availability of Funds
252.211-7003 Item Identification and Valuation
252.232-7006 Wide Area Workflow Payment Instructions
252.232-7010 Levies on Contract Payments
5352.201-9101 Ombudsman, is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407.
5352.223-9001 Health and Safety on Government Installations
5352.242-9000 Contractor Access to Air Force Installations
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 quote that your company is able to submit electronic invoices as set forth in the clause.
The Defense Priorities and Allocations System (DPAS) rating D0-A7 has been assigned to this effort.
Note: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this contract action. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an Offeror for any costs.
All responsible organizations may submit a quote, which shall be considered.