Federal Bid

Last Updated on 11 Aug 2021 at 2 PM
Combined Synopsis/Solicitation
New york New york

Hermetic Feedthroughs

Solicitation ID FA8751-21-Q-0368
Posted Date 11 Aug 2021 at 2 PM
Archive Date 31 Aug 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa8751 Afrl Riko
Agency Department Of Defense
Location New york New york United states 13441

Combined Synopsis/Solicitation for Commercial Items/Services

General Information

           

            Title: Hermetic Feedthroughs

            Document Type:  Combined Synopsis/Solicitation

            Solicitation Number:  FA8751-21-Q-0368

            Posted Date: 30 July 2021

            Original Response Date: 11 August 2021

            Current Response Date:  16 August 2021

            Classification Code: 6650

            Set-Aside: Total Small Business

            NAICS Code: 333314

Contracting Office Address

Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514

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 FA8751-21-Q-0368 is issued as a Request for Quote (RFQ).

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-06 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20210709.

See https://www.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 333314 and small business size standard 500 employees.

The contractor shall provide the following items listed on a firm fixed price basis, including the cost of shipping FOB Destination. 

CLIN 0001: Hermetic Feedthrough with following minimum specs:

  • Must have leak rate less than or equal to 10^-7 mbar-l/s
  • Feedthroughs must be single-mode
  • Insertion loss must be less than 1.5 dB at 1300 nm wavelengths
  • Must have FC/APC connectors and SMF28 or equivalent fiber

QTY: 4 EACH                        Unit Cost:_________              Total Cost:___________

CLIN 0002: Hermetic Feedthrough with following minimum specs:

  • Must have leak rate less than or equal to 10^-7 mbar-l/s
  • Feedthroughs must be single-mode
  • Insertion loss must be less than 1.5 dB at 1300 nm wavelengths
  • Must have FC/PC connectors and SMF28 or equivalent fiber

QTY: 4 EACH                        Unit Cost:_________              Total Cost:___________

CLIN 0003: Hermetic Feedthrough with following minimum specs:

  • Must have leak rate less than or equal to 10^-7 mbar-l/s
  • Feedthroughs must be single-mode
  • Insertion loss must be less than 1.5 dB at 1300 nm wavelengths
  • Must have FC/APC connectors and SM630 or equivalent fiber

QTY: 4 EACH                        Unit Cost:_________              Total Cost:___________

CLIN 0004: Hermetic Feedthrough with following minimum specs:

  • Must have leak rate less than or equal to 10^-7 mbar-l/s
  • Feedthroughs must be single-mode
  • Insertion loss must be less than 1.5 dB at 1300 nm wavelengths
  • Must have FC/APC connectors and SM450  or equivalent fiber

QTY: 4 EACH                        Unit Cost:_________              Total Cost:___________

TOTAL COST OF ALL CLINS:___________________

Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.  

Used, pre-owned, refurbished, or remanufactured goods will not be accepted.  Items must be factory new.

The anticipated delivery date is 6 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 (JUN 2020), applies to this acquisition. 

Addenda to the following paragraphs of 52.212-1 are:

(b) Written proposals/quotes are due at or before 11:00 AM, (Eastern Time) 16 August 2021.  Submit to:  AFRL/RIKO, Attn: Larry Barto, by email to [email protected].

(b)(4)  If offering an “or Equal” product, please 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.

(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 5 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 (Oct 2014) 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 other than price, when combined, are approximately equal. The Government intends to make award to the lowest priced, technically acceptable Offeror.

Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (OCT 2020), as well as the following:

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020)

DFAR 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (Dec 2019)

DFARS 252.225-7000 Buy American—Balance of Payments Program Certificate

For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 1) 

The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition.

The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (AUG 2020), 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

52.232-33, 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

252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

252.211-7003, Item Identification and Valuation  

Para. (c)(1)(i): None

Para. (c)(1)(ii): None

Para. (c)(1)(iii):  None

Para. (c)(1)(iv):  None

Para. (f)(2)(iii):  None

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

252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation (DEVIATION 2020-O0015)

252.225-7974, Representation Regarding 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

252.232-7017, Accelerating Payments to Small Business Subcontractors—Prohibition on Fees and Consideration

252.243-7001 Pricing of Contract Modifications

252.244-7000, Subcontracts for Commercial Items

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 Ombudsman:

Ms. Rosalind Harper (Primary)

Mr. Steven Ewers (Alternate)

1864 4th Street

WPAFB OH 45433

Phone: (937) 904-9700  

FAX: (937) 656-7321

[email protected]

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 Line Item Numbers with a unit price ≥ $5,000.  Vendors will be expected to supply Unique Item Identifier (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 proposal, which shall be considered.

Bid Protests Not Available

Similar Past Bids

New york New york 05 Aug 2021 at 7 PM
New york New york 15 Sep 2021 at 7 PM
New york New york 20 Sep 2021 at 3 PM
Location Unknown 16 Jun 2008 at 2 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 10 Jul 2025 at 7 PM
New york New york 30 Nov 2026 at 5 AM (estimated)
New york New york 30 Nov 2026 at 5 AM (estimated)