The RFP Database
New business relationships start here

Antennas and Amplifiers


California, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Combined Synopsis/Solicitation - F1S0AF6083B001

This is a combined synopsis/solicitation for commercial items prepared IAW 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 an additional written solicitation will not be issued. This is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and Supplements, Federal Acquisition Circular (FAC) 2005-89, DFARs Change Notice (DPN) 20160811, and AFAC 2016-0603. NAICS is 334220.
This is a Commercial acquisition.

The Air Force Test Center (AFTC), at Edwards AFB, CA is soliciting for the following Antennas and Amplifiers on a Brand Name or Equal Basis:


OEM: Antenna Design & Manufacturing Corporation.


Product Data:
ITEM  DESC:                                                                       QTY:
0001  ADM Model No. DRH-18/A High Gain Horn Antenna       12 EA
         W/Mounting Bracket



0002  ADM Model No. PRA-36-18A Parabolic Antenna               2 EA
         W/ Mounting Plate (6" x 6" x .25") (Aluminum)


0003  ADM Model No. ADM-LNA-PS Low Noise Amplifier (LNA) 12 EA


Performance Requirements: All items must be of the prescribed manufacturer and model number listed above or meet the minimum salient characteristics and performance requirements listed in the attached Item Description. To be considered for award, offers of "equal" products shall include all pertinent information as listed in FAR 52.211-6 "Brand Name or Equal".


 Delivery: 12 WARO



Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524.



Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB Destination Edwards AFB, CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis.



OFFERORS MUST COMPLY WITH FAR 52.204-99 System for Award Management Registration (DEVIATION). INTERESTED OFFERORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil.



ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH BUSINESS PARTNERING NETWORK BY INTERNET URL www.sam.gov.
TO REGISTER WITH CCR, GO TO URL: www.sam.gov.

The government will be evaluating quotes IAW FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014).
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
•i. Price
•ii. Technical capability of the item offer to meet the Government requirement


Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be awarded.
The following provisions and clauses apply:
52.204-4, Printed or Copied Double-Sided on Recycled Paper
52.204-7, System for Award Management
52.204-16, Commercial and Government Entity Code Reporting
52.204-18, Commercial and Government Entity Code Reporting
52.204-19, Incorporation by Reference of Representations and Certifications
Provision 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations
Clause 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
Provision 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
Provision 52.211-6, Brand Name or Equal
Provision 52.212-1, Instructions to Offerors--Commercial;
Clause 52.212-2, Evaluation - Commercial Items;
Provision 52.212-3, Offerors Representations and Certifications-Commercial Items, Alternate I
Clause 52.212-4, Contract Terms and Conditions--Commercial Items;
Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include:
Clause 52.222-19, Child Labor-Cooperation with Authorities and Remedies
Clause 52.222-26, Equal Opportunity;
Clause 52.232-33 Mandatory information for electronic funds transfer payment.
Provision 52.219-1, Small Business Program Representations, Alt I
Clause 52.219-8, Utilization of Small Business Concerns
Clause 52.219-28, Post Award Small Business Program Representation
Clause 52.222-40, Notification of Employee Rights Under the National Labor Relations Act
Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
Clause 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act
Provision 52.225-4, Buy American-Free Trade Agreements-Israeli Trade Act Certificate
Clause 52.225-13, Restrictions on Certain Foreign Purchases
Provision 52.225-18, Place of Manufacture
Provision 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
Clause 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
Clause 52.233-4, Applicable Law for Breach of Contract Claim
The following DFARs clauses apply to this acquisition:
Clause 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
Clause 252.203-7005, Representation Relating to Compensation of Former DoD Officials
Clause 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law
Clause 252.211-7003 Item Unique Identification and Valuation
Clause 252.223-7008 Prohibition of Hexavalent Chrome Cr+6.
Clause 252.225-7001 - Buy American Act;
Clause 252.225-7048 Export-Controlled Items
Clause 252.232-7006 - Wide Area WorkFlow Payment Instructions
Clause 252.232-7010. Levies on Contract Payments;
Clause 252.244-7000 Subcontracts for Commercial Items
Clause 252.247-7023 Transportation of Supplies by Sea.
The following AFFARS clauses apply to this acquisition:
Clause 5352.223-9000, Elimination of Use of Class I Ozone Depleting Materials;
Clause 5352.201-9101, Ombudsman;

The following factors shall be used to evaluate offers: Lowest price technically acceptable offer, technically acceptable is meeting all performance requirements.



Offers are due at the Air Force Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA, 93524, not later than September 5, 2016 at 12:00 pm PST. E-mail address: james.helmick.2@us.af.mil. Phone: 661-277-8317.


James S. Helmick, Phone 6612778317, Email james.helmick.2@us.af.mil - Chuck McKinley, Phone 6612779519, Email charles.mckinley.2@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP