Solicitation FA8751-18-Q-0045 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) 2005-97 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20171228. 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 firm fixed price basis including the cost of shipping FOB Destination in accordance with the requirements document.
CLIN 0001 QTY 1 Optical Spectrum Analyzer
Part Number Description QTY
AQ6374-10-L1-D/FC/RFC Wavelength Range: MIN <=350, MAX>=1700
Wavelength Accuracy: +/- 0.05NM
Measureable Level: <=-70 DBM
Wavelength Resolution (MIN): <=0.05NM
Polarization Dependence: <= .2DBM
Level Accuracy: +/-1DBM
Cutoff Filter for High Order Diffraction: Yes
Display: >=10 Inch Color Display
Measurement Modes: CW and Pulsed Light
Built-In Light Source for Self-Calibration: Yes
Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. A minimum of One (1) Year Standard Warranty is required & must clearly state what is covered under the warranty.
The required delivery date is 6-8 weeks After Receipt of Order (ARO). Offerors shall clearly state in their offer any variance from these terms. 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.
The provision at 52.212-1, Instructions to Offerors - Commercial Items (Apr 2014), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:
(b) Quotes are due at or before 3PM, (Eastern Time) 07 June 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. The items listed may be offered on a "brand name or equal basis" pursuant to FAR 52.211-6; part numbers are provided for reference only. The identified items reflect the salient physical, functional, or performance characteristics that reflect the characteristics and level of quality that will satisfy the minimum Government requirement; however the offeror may provide a solution equivalent to or exceeding the functional and performance characteristics of the identified items and it will be considered for technical acceptability. Technical information must be provided in sufficient detail to allow adequate and thorough technical evaluation of the proposed equal solution. The Government is not responsible for obtaining technical information in support of a proposed equivalent solution.
(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.
(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 4 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) technical acceptability (ii) price, and (iii) past performance. The Government intends to award to the lowest priced, technically acceptable offeror with no negative past performance. In determining required technical acceptability, the Government will evaluate the items offered for compliance with the specifications listed in the Description paragraph above. Technical acceptability also includes acceptable past performance. In determining acceptable past performance AFRL/RIKO will independently obtain data from other government and commercial sources in order to consider an offeror's history of compliance with delivery schedules, order support, and general customer satisfaction.
Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Mar 2015), Alternate I
For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 1)
FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items
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
52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
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
52.239-1, Privacy or Security Safeguards
The following additional FAR and FAR Supplement provisions and clauses also apply:
52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
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
52.211-6, Brand Name or Equal
52.232-18, Availability of Funds
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 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-0001, Line Item Specific: Single Funding
252.204-7011, Alternative Line Item Structure
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 252.223-7008, Prohibition of Hexavalent Chromium
252.225-7000, Buy American--Balance of Payments Program Certificate
252.225-7001, Buy American and Balance of Payments Program
252.225-7031, Secondary Arab Boycott of Israel
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
252.244-7000, 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.
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.
Notice to Offeror(s): 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 solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an Offeror for any costs.
The Defense Priorities and Allocations System (DPAS) rating DO-C9 has been assigned to this effort.
All responsible organizations may submit a quote, which shall be considered.