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: 23 September 2021
Classification Code: 6650
FULL AND OPEN
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) 2021-07 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20210830.
See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein.
This procurement is being issued as Full and Open under NAICS code 333314.
The contractor shall provide the following items listed on a firm fixed price basis, including the cost of shipping FOB Destination.
CLIN 0001: Hermetic Optical Fiber Feedthroughs with following minimum specs:
QTY: 6 EACH Unit Cost:_________ Total Cost:___________
CLIN 0002: Hermetic Optical Fiber Feedthroughs with following minimum specs:
QTY: 4 EACH Unit Cost:_________ Total Cost:___________
CLIN 0003: Hermetic Optical Fiber Feedthroughs with following minimum specs:
QTY: 4 EACH Unit Cost:_________ Total Cost:___________
CLIN 0004: Shipping 1 EACH 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 6-8 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) 23 September 2021. Submit to: AFRL/RIKO, Attn: Larry Barto, by email to [email protected]. Proposals must include mechanical drawings and/or spec sheets to ensure proper technical evaluations. Providing drawings after award in not an option.
(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:
52.219-28, 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
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.