Federal Bid

Last Updated on 10 Nov 2021 at 6 PM
Combined Synopsis/Solicitation
New york New york

USRP Radios

Solicitation ID FA875121Q0335
Posted Date 10 Nov 2021 at 6 PM
Archive Date 02 Dec 2021 at 5 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

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; 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 FA8751-21-Q-0335 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) 2021-07 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20211105. 

See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein.

This procurement is being issued as total small business set-aside under NAICS code 334220 and small business size standard of 1,250 employees.

The contractor shall provide all items identified below on a BRAND NAME ONLY (Attch #1), firm fixed price basis including the cost of shipping FOB Destination.

******All Offerors shall be authorized resellers/distributors for National Instruments.  Any offers received from Offerors who are not authorized for the National Instruments brand will not be considered for award.

ITEM: NI P/N:  783145-01, USRP X310 KIT (KINTEX7-410T FPGA, 2 Chan,10GIGE and PCIe Bus)

QTY:  2

ITEM: NI P/N: 787272-01,  USRP X410 USRP X410 (4 TX and 4 RX, 400MHz BW, 1 MHz to 7.2 GHz SDR, GPSDO)

QTY-1  

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

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

The anticipated delivery date is 11 Wks 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.

SHIP HARDWARE TO:

DoDAAC: F4HBL1

CountryCode: USA

AFRL RIOLSC

AF BPN NO MILSBILLS PROCESSES

148 ELECTRONIC PKWY

ROME, NY 13441-4503

UNITED STATES

Name, Email address, and Phone number of the end user POC associated with the delivery will be provided via Section F of any award resulting from this solicitation. 

INSTRUCTIONS

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 3:00 PM Eastern Time, Wednesday, 17 November 2021.  Submit to:  AFRL/RIKO, Attn: Tabitha Haggart 26 Electronic Parkway, Rome NY 13441-4514 by email to [email protected] Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items.

(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.

(b)(12) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation.

(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.

EVALUATION

The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers:  

  1. price and
  2. technical capability

The Government intends to award to the Lowest Priced Technically Acceptable Offer. In determining required technical acceptability, the Government will evaluate the items offered for compliance with the specifications listed above.  All evaluation factors when combined are approximately equal.

REPRESENTATIONS AND CERTIFICATIONS

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

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Representation

252.225-7000, Buy American--Balance of Payments Program Certificate

For your convenience all referenced certifications are attached to this solicitation. (Attachment 2)

TERMS AND CONDITIONS

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

52.219-6, 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

52.225-13, Restrictions on Certain Foreign Purchases

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). Insert Contract Line, Subline, or Exhibit Line Item Number and Item Description: N/A

Para (c)(1)(ii). Identify Contract Line, Subline, or Exhibit Line Item Nr and Item Description:  'N/A'

Para (c)(1)(iii). Attachment Nr.:  'N/A'
            Para (c)(1)(iv). Attachment Nr.:  'N/A'
            Para (f)(2)(iii). 'N/A'

252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations

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

252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (MAY 2020) (DEVIATION 2020-O0015)

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

252.225-7974  Representation Regarding Business Operations with the Maduro Regime (FEB 2020) (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

252.239-7098, Prohibition Against Using Fiscal Year 2021 Funds to Maintain or Establish a Computer Network Unless Designed to Block Access to Certain Websites (DEVIATION 2021-O0003)

252.243-7001 Pricing of Contract Modifications

252.244-7000, Subcontracts for Commercial Items

252.246-7008, Source of Electronic Parts

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]

CONTRACT ADMINISTRATION DATA

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://piee.eb.mil/). Wide Area Workflow Training may be accessed online at this location.

In accordance with DFARS 252.232-7006 Wide Area Workflow (WAWF) Payment Instructions- Vendors will be expected to have WAWF system capabilities. Guidance will be provided to the vendor with award of an order that will provide applicable codes for proper invoice submission.

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 quote, which shall be considered.

Bid Protests Not Available

Similar Past Bids

Location Unknown 25 Aug 2014 at 3 PM
Location Unknown 27 Jun 2014 at 2 PM
Wright patterson air force base Ohio 28 Aug 2015 at 8 PM
Location Unknown 20 Sep 2019 at 2 PM
Location Unknown 30 Aug 2016 at 9 PM

Similar Opportunities

New york New york 13 Nov 2025 at 8 PM
New york New york 13 Nov 2025 at 8 PM
Location Unknown 15 Jul 2025 at 1 PM
New york New york 30 Sep 2027 at 4 AM (estimated)
New york New york 30 Sep 2027 at 4 AM (estimated)