This is a combined synopsis/solicitation for commodities 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; quotes are being requested and a written solicitation will NOT be issued.
This is a competitive Request for Quote (RFQ) solicitation number: FA2823-21-Q-0002. The Contracting Squadron at Eglin, AFB, Florida, requires BRAND NAME Tektronix Model AWG70000B Configuration Arbitrary Waveform Generator (AWG) in accordance with the Technical Requirement Document dated 11 SEP 2020. (Attachment #1)
This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, FAR Part 13 and Simplified Acquisition Procedures. This procurement will be conducted as a 100% Small Business set-aside; please identify your business size in your response based upon this standard. Award will be made to the lowest priced, responsible Offeror whose offer conforms to all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements.
The North American Industry Classification System code (NAICS) is 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signal with a size standard of 750. A firm fixed price contract will be awarded. There will be no advance payments.
The Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers.
The Government is not responsible for any costs incurred or associated with preparation and submission of an offer in response to this solicitation. NO OFFERORS WILL BE COMPENSATED FOR SUBMITTING AN OFFER.
REQUIREMENT: CLIN 0001 FIRM-FIXED PRICE
QTY Part number Description
1 EA AWG70002B and Basic Tektronix Arbitrary Waveform Generator. Basic configuration for the AWG 70002B
Defined as version: AWG70002B-216. 16 Gs/s sample rate or 32Gs/s
DETAILED DESCRIPTION OF SPECIFIC TEKTRONIX CONFIGURATION REQUESTED:
AWG70002B -216 License. 16 GS/s sample rate for the AWG 70002B. Node Locked.
AWG70002B SEQ Option Sequencing added to the AWG70002B basic. Requires export control license.
AWG70002B STRID Option Streaming ID added to the AWG70002B basic. Requires SEQ and export license.
AWG70002B D5 Calibration Data Report 5 years with Option C5 Calibration Tektronix Care Plan
AWG70000-MEM License. Increase memory to 16 GS per channel (32 Gs/s) on AWG70002B. Node Locked
ENVNL-SS01 License. Environment Waveform Creation. Node Locked.
HSSPACKNL-SS01 License. Bundle of all HSS related plug ins. Node Locked.
MTONENL-SS01 License. Multi-tone. Node Locked.
OFDMNL-SS01 License. OFDM Waveform Creation. Node Locked.
PRECOMNL-SS01 License. Precompensation. Node Locked.
RADARNL-SS01 License. Radar Waveform Creation Plug-in. Node Locked.
SPARANL-SS01 License. S-parameter. Node Locked.
SSCNL-SS01 License. Spread Spectrum Clock. Node Locked.
RFGENNL-SS01 License. RF Generic Signal plug-in. Node Locked.
Delivery: 5 weeks After Receipt of Order (ARO)
Warranty: Standard Commercial Warranty
The Contracting Officer has determined that there is a high probability of adequate price competition for this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer’s opinion, adequate price competition exists no additional cost information will be requested. However, if at any time during the evaluation the Contracting Officer determines that adequate price competition no longer exists, Offerors may be required to submit information to the extent necessary to determine the price fair and reasonable.
BASIS FOR AWARD: In accordance with FAR 13.106-1(a)(2) offerors are notified that the award will be made to the lowest priced offeror that meets the minimum technical requirements. Offeror will be evaluated in accordance with FAR 13.106-2(b)
Offerors must submit quotations for all items listed. Partial offers will not be considered for award.
In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary.
All offerors are required to complete the Representations and Certifications included in this COMBO as Attachment #2 and return with the quote.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-09 effective 26 OCT 2020, DFARS effective 01 OCT 2020, and AFFARS AFAC 2019-1001 (Effective: 1 October 2019)
All offers must list DUNS number, GAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov/portal/public/SAM/. Lack of registration in SAM database with the selected NAICS will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration.
DEADLINE: Offers are due on 07 December 2020 by 10:00AM CDT. Submit any questions no later than 1:00 PM CST on 01 DEC 2020. Any questions submitted after this date may not be answered. Submit offers and questions to the attention of Jennifer Floro by email to [email protected] and John Riffe at [email protected]
APPROVED