The RFP Database
New business relationships start here

RALT Simulator for F-16 COMET


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

This is a combined synopsis/solicitation prepared in accordance with the format in FAR Subpart 12.6. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

The Product Service Code (PSC) is 5841 and the North American Classification System (NAICS) code is 334515. The small business size standard is 750.


The Government intends to solicit and negotiate a Firm Fixed Price (FFP) purchase order for:

•·         EasternOptX Radar Delay Line Simulators


Quantity: 3 Each; Model Number: 3102-D20S1-0001001; Part Number: 1610006;


Description: Series 3000 Delay System. 0.1-4.5 GHz, Two discrete delays (1 us and 10 us). Remote control. No front panel control. Delay value and RF Bypass LED indicators. 100 ms switching time. RF Bypass.


All responsible sources may submit a quotation for consideration. Unless otherwise specified, the delivered items shall meet or exceed the performance characteristics in the Description and Specifications.


INSPECTION AND ACCEPTANCE CRITERIA
Deliveries will be inspected and accepted upon arrival by the Government.


Ship to: Steven Cottle, (801) 777-5397, steven.cottle@us.af.mil

309 SMXG

Steven Cottle

6137 Wardleigh Rd

Bldg. 1515

Hill AFB, UT 84056-5825

REQUIRED SUBMISSIONS


All vendors shall submit the following: 


1) A Firm Fixed Price (FFP) quotation including all required items (all or nothing) 


2) CAGE Code, DUNS Number, delivery timeframe after receipt of order 


3) This is a Combined Synopsis/Solicitation for hardware as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows:


The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."


OR


The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"


 Offeror shall list exception(s) and rationale for the exception(s)


PROVISIONS AND CLAUSES


This solicitation document and incorporated provisions and clauses are those in effect through Fedreal Acquisition Circular (2005-95).


The following provisions apply to this acquisition:


52.203-3          Gratuities


52.203-6 Alt I   Restrictions On Subcontractor Sales To The Government (Sep 2006) - - Alternate I

52.203-18        Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation


52.203-19        Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements


52.204-4          Printed or Copied Double-Sided on Recycled Paper


52.204-10        Reporting Executive Compensation and First-Tier Subcontract Awards


52.204-16        Commercial and Government Entity Code Reporting


52.204-18        Commercial and Government Entity Code Maintenance


52.204-19        Incorporation by Reference of Representations and Certifications


52.204-22        Alternative Line Item Proposal

52.209-6           Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment


52.209-9          Updates of Publicly Available Information Regarding Responsibility Matters


52.209-10        Prohibition on Contracting with Inverted Domestic Corporations


52.211-6          Brand Name


52.212-1          Instructions to Offerors - - Commercial Items


52.212-2          Evaluation-Commercial Items;
52.212-3          Offeror Representations and Certifications - Commercial Items.


52.212-4          Contract Terms and Conditions - - Commercial Items


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


52.219-9          Small Business Subcontracting Plan (Deviation 2016-O0009)


52.219-16        Liquidated Damages-Subcontracting Plan


52.219-28        Post-Award Small Business Program Rerepresentation


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


52.223-18        Encouraging Contractor Policies to Ban Text Messaging While Driving


52.225-13        Restrictions on Certain Foreign Purchases

52.225-25        Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications


52.232-39        Unenforceability of Unauthorized Obligations


52.232-40        Providing Accelerated Payments to Small Business Subcontractors


52.242-5          Payments to Small Business Subcontractors


52.245-9          Use and Charges


52.246-17        Warranty of Supplies of a Non-Complex Nature


52.252-2          Clauses Incorporated By Reference


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


252.204-7006   Billing Instructions


252.204-7008   Compliance With Safeguarding Covered Defense Information Controls


252.204-7011   Alternative Line Item Structure


252.204-7012   Safeguarding Covered Defense Information and Cyber Incident Reporting


252.204-7015   Notice of Authorized Disclosure of Information for Litigation Support


252.205-7000   Provision of Information to Cooperative Agreement Holders

252.209-7004   Subcontracting With Firms That are Owned or Controlled By The Government of a Terrorist Country


252.211-7003   Item Unique Identification And Valuation


252.213-7000   Notice to Prospective Suppliers on Use of Past Performance Information Retrieval                                   System-Statistical Reporting in Past Performance Evaluations


252.215-7008   Only One Offer


252.219-7003   Small Business Subcontracting Plan (DOD Contracts)(Deviation 2016-O0009)


252.219-7004   Small Business Subcontracting Plan (Test Program)


252.222-7007   Representation Regarding Combating Trafficking in Persons


252.223-7008   Prohibition of Hexavalent Chromium


252.225-7012   Preference for Certain Domestic Commodities


252.225-7048   Export-Controlled Items


252.225-7050   Disclosure of Ownership or Control by the Government of a Country that is a State                                  Sponsor of Terrorism


252.226-7001   Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native                              Hawaiian Small Business Concerns


252.232-7010   Levies on Contract Payments


252.239-7009   Representation of Use of Cloud Computing


252.243-7001   Pricing Of Contract Modifications


252.243-7002   Requests for Equitable Adjustment


252.244-7000   Subcontracts for Commercial Items


242.245-7003   Contractor Property Management System Administration


252.245-7004   Reporting, Reutilization, and Disposal


252.247-7023   Transportation of Supplies by Sea


 


In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM/. If paragraph (j) of the provision applies, a written submission is required.


 The following clauses apply to this acquisition:


52.212-4          Contract Terms and Conditions-Commercial Items;
52.212-5          Contract Terms and Conditions Required to Implement Statutes or                                                  Executive Orders-Commercial Items including subparagraphs:
52.247-34        F.O.B. Destination;
52.252-2          Clauses Incorporated By Reference; 
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; and
252.232-7006 Wide Area Workflow Payment Instructions

All current and/or future information about this acquisition, i.e. amendments, purchase specification, Questions and Answers (Q&A), etc., will be distributed through FBO; therefore, interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation.


Any questions concerning this requirement must be submitted in writing via email at least 5 working days prior to the closing date.  Questions need to be emailed directly to Summerlin Gee, summerlin.gee@us.af.mil with a CC copy to David Lovett, david.lovett@us.af.mil in accordance with FAR Clause 52.212-3, Offer Representations and Certifications - Commercial Items. 


It is manadatory that all offers wishing to be considered for award must be currently registered, obtain a DUNS number, have an "active" CAGE Code, and maintain Online Representations and Certifications Application with System for Award Management (SAM) at www.sam.gov. Failure to comply with the above mentioned regulations will result in an award to the next otherwise successful registered Offeror.


Proposal shall be submitted by 0500 PM MST on 12 Apr 2019 to Summerlin Gee, summerlin.gee@us.af.mil with a CC copy to David Lovett, david.lovett@us.af.mil.


The offeror shall ensure the Contracting point of contact acknowledges receipt of their electronic proposal for verification of delivery and acceptance in either email inbox. It is solely the Contractor's responsibility to ensure quotes are received within the required timeframe. FAX COPIES CANNOT BE ACCEPTED.


All current and/or future information about this acquisition, i.e, amendments, purchase specification, and Q &A's will be distributed through FBO. Therefore, interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation.


Summerlin M. Gee, Contract Specialist, Phone 8017754372, Email summerlin.gee@us.af.mil - David, Lovett , Phone 801-775-5332, Email david.lovett@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP