The RFP Database
New business relationships start here

Time Domain Reflectometer


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

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 FA8751-19-Q-0438 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) 2019-05 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20190809. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein.

This procurement is being issued as a total small business set aside under NAICS code 334516 and small business size standard of 1,000 employees.


The contractor shall provide the items detailed below on a BRAND NAME OR EQUAL, Firm Fixed Price basis, including the cost of shipping FOB Destination.


CLIN 0001
QTY: 1 each
Description: Optical backscatter reflectometer system tunable over the wavelength range of 1525nm to 1610nm with minimum resolution of at most 0.02pm. Capable of resolving backscatter down to 10 microns in any 1-2 meter section of up to at least 30 meters of distance. For characterization of return loss, at least 0 to -125 dB total detection range with dynamic range of at least 80 dB. Including instrument controller and in addition to return loss and insertion loss measurement, capable of measuring polarization states, phase derivative and group delay (1ps or better resolution). (Luna Technologies base p/n OBR 4600 OR EQUAL)


The identified items reflect the minimum salient physical, functional, or performance characteristics that reflect the characteristics and level of quality that will satisfy the minimum Government requirement; however, the offeror may provide a solution equivalent to or exceeding the functional and performance characteristics of the identified items for technical acceptability evaluation.

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 6 weeks 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.


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 3PM Eastern Time Thursday, 29 August 2019. Submit to: AFRL/RIKO, Attn: Richard Childres 26 Electronic Parkway, Rome NY 13441-4514 or by email to richard.childres @us.af.mil 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 interchanges 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 interchanges 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.


(k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 5 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.


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: (i) price and (ii) technical capability
 
All evaluation factors when combined are approximately equal.

Offerors are required to complete representations and certifications found in the provision at 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items Alternate I, and at 252.225-7000, Buy American--Balance of Payments Program Certificate.

For your convenience all referenced certifications are attached to this solicitation. (Attachment 1)
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
52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-6, Notice of Total Small Business Aside
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
52.204-19, Incorporation by Reference of Representations and Certifications
52.204-21, Basic Safeguarding of Covered Contractor Information Systems
52.204-22, Alternative Line Item Proposal
52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.211-6, Brand Name or Equal
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
252.211-7003, 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
252.225-7000, Buy American--Balance of Payments Program Certificate
252.225-7001, Buy American and Balance of Payments Program
252.225-7048 Export-Controlled Items
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
252.243-7001 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 Steven Ewers, HQ AFRL/PK, 1864 4th Street, Wright-Patterson AFB OH 45433-7130, COMM: (937) 255-5235; EMAIL: steven.ewers@us.af.mil

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://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause.

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.


Richard C Childres, Contract Specialist, Phone 315-330-4194, Fax 315-330-2555, Email richard.childres@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP