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