Search Contract Opportunities

Vector Network Analyzer (VNA)

ID: FA8601-15-T-0172 • Type: Synopsis Solicitation
By the Time It's in SAM, It's too Late

Find opportunities months earlier with HigherGov forecasts

Free Trial Schedule Demo

Description

SOLICITATION

This is a synopsitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. The Government reserves the right to award without discussions or make no award at all depending upon the quality and price reasonableness of offers received. An award, if any, will be made to the responsible offeror whose quote conforms to the requirements of the solicitation and represents the best value to the Government, price and other factors considered.

This is a Request for Quote (RFQ) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-80, Effective 2 March 2015; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20150226, Effective 26 February 2015; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2014-1001, effective 1 October 2014.

The NAICS code for this acquisition is 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, and the associated small business size standard is: 500 employees.

Electronic submissions will be accepted at emmeline.spaulding@us.af.mil

Address questions regarding this solicitation to via e-mail at emmeline.spaulding@us.af.mil.

This requirement is for a brand name or equal to Copper Mountain Planar 808/1 vector network analyzer and associated equipment specified in the attached requirements document.

See attached document titled: "Requirements" for specifications.

Delivery Schedule: 30 July 2015

Delivery Destination: WPAFB Medical Treatment Facility

Wright Patterson AFB, OH 45433

FOB: Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.)

INSPECTION AND ACCEPTANCE: Both inspection and acceptance will be by the Government at Destination.

The following FAR provisions are incorporated into the solicitation.

FAR 52.252-1-Solicitation Provisions Incorporated by Reference:

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/

FAR 52.252-2-Clauses Incorporated by Reference:

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/

FAR 52.252-5-Authorized Deviations in Provisions:

(a) The use in this solicitation of any Federal Acquisition Regulation (FAR) (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.

(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

FAR 52.252-6 Authorized Deviations in Clauses. As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert '(DEVIATION)' after the date of the clause.

AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of '(DEVIATION)' after the date of the clause.

(b) The use in this solicitation or contract of any ______ (Insert regulation name) (48CFR ______)clause with an authorized deviation is indicated by the addition of '(DEVIATION)' after the name of the regulation.

FAR 52.232.40, Provinding Accelerated Payments to Small Business Subcontractors is incorportated into this solicitation.

FAR 52.211-6 Brand Name or Equal (Aug1999) This FAR solicitation provision is included when "brand name or equal" purchase descriptions are included in a solicitation.

FAR 52.212-1-Instructions to Offerors-Commercial Items is incorporated into this solicitation.

FAR 52.212-3-Offeror Representations and Certifications-Commercial Items with its Alternate I

An offeror shall complete only paragraphs (b) of this provision (below) if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov and shall return 52.212-3(b) below completed with its offer.

(b)

(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website.

(2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.]

If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete and submit with its offer only paragraphs 52.212-3(c) through (o) of the provision at FAR 52.212-3-Offeror Representations and Certifications-Commercial Items with its Alternate I which can be downloaded from the "FARSite" at http://farsite.hill.af.mil.

FAR 52.212-4-Contract Terms and Conditions-Commercial Items is incorporated into this solicitation.

FAR 52.212-5-Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items is incorporated into this solicitation and the resulting contract.

FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards

FAR 52.209-6, Protecting the Government' interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

FAR 52.209-10, Prohibition of Contracting with Inverted Domestn Corporations (May 2012)

FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns

FAR 52.219-28, Post Award Small Business Program Representation

FAR 52.222-3, Convict Labor

FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies

FAR 52.222-21, Prohibition of Segregated Facilities

FAR 52.222-26, Equal Opportunity

FAR 52.222-36, Affirmative Action for Workers With Disabilities

FAR 52.222-50, Combating Trafficking in Persons

FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases

FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration

FAR 52.233-3, Protest After Award

FAR 52.233-4, Applicable Law for Breach of Contract Claim

FAR 52.222-22, Previous Contractrs and Compliance Reports

FAR 52.222-25, Affirmative Action Compliance

The following DFARS provisions are incorporated into the solicitation.

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials

DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements- Representation (DEVIATION 2015-00010)

(a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.

(b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.

(c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign

or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision)

DFARS 252.203-7999, Prohibition on Contractig with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2015-00010)

DFARS 252.204-7003, Control of Government Personnel Work Product

DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations.

DFARS 252.211-7003, Item Unique Identification and Valuation

DFARS 252.211-7008, Use of Government Assigned Serial Numbers

DFARS 252.223-7008, Prohibition of Hexavalent Chromium

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

DFARS 252.225-7001, Buy American Act and Balance of Payment Programs

DFARS 252.225-7002, Qualifying Country Sources as Subcontractors

DFARS 252.232-7003, Electronic Submission of Payment Requests

DFARS 252.232-7006, Wide Area Workflow Payment Instructions is incorporated into the solicitation and resulting contract. The fill-in portions of this clause will be complete in the award document.

DFARS 252.232-7010, Levies on Contract Payments

DFARS 252.243-7001, Pricing of Contract Modifications

DFARS 252.244-7000, Subcontracts for Commercial Items

DFARS 252.247-7023, Transportation of Supplies by Sea, with its Alternate III

The following AFFARS provisions are incorporated into the solicitation.

AFFARS 5352.201-9101, Ombudsman

AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS)

Attachments:

1. Requirements

2. FAR 52.222-22

3. FAR 52.222-25

4. DFARS 252.209-7992

Overview

Response Deadline
May 13, 2015, 12:00 p.m. EDT Past Due
Posted
May 6, 2015, 3:45 p.m. EDT
Set Aside
None
Place of Performance
Wpafb wpafb, OH 45433 USA
Source
SAM

Current SBA Size Standard
750 Employees
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Signs of Shaping
The solicitation is open for 6 days, below average for the AFLCMC Wright Patterson AFB.
On 5/6/15 AFLCMC Wright Patterson AFB issued Synopsis Solicitation FA8601-15-T-0172 for Vector Network Analyzer (VNA) due 5/13/15. The opportunity was issued full & open with NAICS 334515 and PSC 66.
Primary Contact
Name
Emmeline J. Spaulding   Profile
Phone
(937) 522-4565

Documents

Posted documents for Synopsis Solicitation FA8601-15-T-0172

Contract Awards

Prime contracts awarded through Synopsis Solicitation FA8601-15-T-0172

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA8601-15-T-0172

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA8601-15-T-0172

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE LIFE CYCLE MANAGEMENT CENTER > FA8601 AFLCMC PZIO
FPDS Organization Code
5700-FA8601
Source Organization Code
500020367
Last Updated
May 14, 2015
Last Updated By
PI33_DR_IAE_51681
Archive Date
May 14, 2015