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 solicitation for commercial items prepared in accordance with the format in FAR 13 and 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 FA8751-11-Q-0607 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) 2005-53 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20110819. 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 a total small business set-aside under NAICS code 334419 and small business size standard of 500 employees.
The contractor shall provide the items identified on a Firm Fixed Price basis, including the cost of shipping FOB Destination:
ITEM 01: SPCM Power Supply
Qty: 4
P/N: SPCM-Power Suppl
Description: Power Supply for SPCM-AQ4C
ITEM 02: Single Photon Counting Module
Qty: 2
P/N: SPCM- AQ4C
Description: Single Photon counting module
<500 CPS Dark count on all four channels
ROHS Compliant with FC Connectors
ITEM 03: Interface Card
Qty: 2
P/N: SPCM-AQ4C-IO
Description: SPCM AQ4C Interface Card used with SPCM-AQ4C
**Brand name or Equal**
Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.
The expected delivery date is 30 Days After Receipt of Order (ARO). All deliveries shall be FOB Destination. Delivery location is F4HBL1/Transportation Officer, Depot 2,
148 Electronic Parkway, 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 10 AM (ET), 20 SEPT 2011. Submit to: AFRL/RIKO, Attn: Kelly Higgins, 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 SF1449, Solicitation/Contract/Order for Commercial Items.
(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.
This clause applies to certain items with unit price greater than or equal to $5,000.
(k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within two (2) days after receiving notification from the Contracting Officer, the Contracting Officer may 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 in paragraph (a) the following factors shall be used to evaluate offers: (i) Technical Capability, (ii) Price. All evaluation factors are of approximately equal importance.
The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their proposal.
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 Set-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
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 FAR and DFARS clauses cited in the clause are applicable to this acquisition:
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.225-7001, Buy American Act and Balance of Payments Program
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
252.247-7023, Transportation of Supplies by Sea ALT III
252.247-7024, Notification of Transportation of Supplies by Sea
The following additional FAR and FAR Supplements provisions and clauses also apply:
52.247-34, FOB Destination
52.211-6, Brand Name or Equal
252.211-7003, Item Identification and Valuation
252.225-7000, Buy American Act-Balance of Payments Program Certificate
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, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407.
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 DFARS 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.
The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort.
All responsible organizations may submit a proposal, which shall be considered.