This is a solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures. Offerors are responsible for monitoring this site for release of any amendments or other pertinent information. Solicitation FA8751-07-Q-0301 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-17 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20070531. 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 334515. The small business size standard is 500 employees.
The offeror shall provide the following items on a firm fixed price basis:
Item 1: Signaling Tester
Qty: 1
Part No.: MD8470A
Manufacturer: Anritsu
Item 2: Simulation Kit
Qty: 1
Part No.: MX847010A
Manufacturer: Anritsu
Brand Name Justification:
AFRL/IFGB has extensive existing hardware and software that is compatible only with an Anritsu platform. AFRL analysis software was custom made for this hardware platform. In order to preclude obsolescence and replacement, new hardware platform components must be of the same brand. No other brand meets the technical specifications and requirements.
The MD8470A Signaling Tester is used for mobile UE application development and supports processes required for application developments such as voice calling, packet communications including browser/contents download, video calling, and end-to-end UE communications (with a single MD8470A). The PPP server function is incorporated. The MD8470A Signaling Tester with the MU847040A TD-SCDMA Simulation Kit is a flexible, repeatable, and highly integrated TD-SCDMA/CDMA/GSM network simulation environment for technology developers. This allows users to perform testing and creation of devices, protocols, user equipment, and applications for TD-SCDMA/CDMA/GSM systems.
The estimated delivery date is thirty (30) days after award. The place of delivery, acceptance, and FOB destination point is AFRL/IF, Rome, NY.
The following FAR, DFARS, and AFFARS provisions and clauses apply to the acquisition:
52.212-1 Instructions to Offerors Commercial Items with the following paragraph addenda.
(b) Quotes are due at or before 3PM Tuesday 26 June 2007. Submit to: AFRL/IFKO, Attn: Jacquelyn Fleet, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-7513 or by email to
[email protected].
(b)(4) Submit a technical description of the items being offered.
(b)(10) Past performance may be obtained by the Government from sources inside or outside the Government in order to determine responsibility. Offerors are not required to submit past performance information.
(k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within five (5) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror.
52.212-2 Evaluation-Commercial Items. The Government intents to award a firm fixed price contract as a result of this RFQ to the responsible offeror who quote is the most advantageous based on price and technical capability. Both factors are of equal importance.
52.212-3 Offeror Representations and Certifications - Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Offerors are required to submit paragraph (k) of this provision with their quote.
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. The following additional FAR clauses cited within the clause are applicable:
52.219-6 Notice of Total Small Business Aside
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 Affirmative Action for Workers with Disabilities
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional DFARS clauses cited within the clause also are applicable:
252.225-7001 Buy American Act and Balance of Payments Program
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
252.247-7023 (Alt III) Transportation of Supplies by Sea
252.247-7024 Notification of Transportation of Supplies by Sea
The following additional FAR and DFARs provisions and clauses also apply:
52.209-6 Protecting the Government?s Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarrment
52.247-34 FOB Destination
52.252-2 Clauses Incorporated by Reference, with the following internet addresses filled-in: http://www.arnet.gov/far or http://farsite.hill.af.mil
52.252-6 Authorized Deviations in Clauses, with the following filled-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2
252.204-7004 (Alt A) Required Central Contractor Registration
252.211-7003 Item Identification and Valuation
252.225-7000 Buy American Act-Balance of Payments Program Certificate
252.225-7002 Qualifying Countries as Subcontractors
252.232-7010 Levies on Contract Payments
5352.201-9001 Ombudsman. The Ombudsman for this acquisition is Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754.
Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.
Note that the clause at 252.232-7003 is included in this solicitation. DoD requires payment requests to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow ? Receipt and Acceptance (https://wawf.eb.mil). Wide Area Workflow Training may be accessed at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause.
Point of Contact
Jacquelyn Fleet, Contract Specialist, Phone 315-330-3270, FAX, 315-330-7513, Email
[email protected]
Bid Protests Not Available