This is a solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation 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) 2005-23 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20080124. 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. The applicable NAICS code is 334119 with associated size standard of 1000 employees.
The contractor shall provide the following items on a firm fixed price basis:
Item 1: Broadband SPDT Switch
Qty: 6
Micronetics ES0311-20
Description: Medium power broadband SPDT switch, 20 Watt
The use of Micronetics brand switch is required due to its compatibility with an existing test and measurement system (both hardware and software). The measurement system at the AFRL Research Site is a fully automated system with Micronetics components at the heart. AFRL has invested a substantial amount of manpower and money to integrate the various components of this system. To reconfigure the system to accommodate a brand other than Micronetics would be impractical, inefficient, and result in unjustified costs.
Offerors shall provide at least the same warranty terms, including extended warranties, offered to the general public in commercial practice.
The estimated delivery date is no later than 30 days after contract award date. The place of delivery, acceptance, and FOB destination point is F4HBL1/Transportation Officer Depot 2, 148 Electronic Parkway, 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 by 3 PM EST MONDAY 10 MARCH 2008. Submit to: AFRL/RIKO, Attn: Richard Childres, by email at
[email protected], by fax to 315-330-7513, or by mail to 26 Electronic Parkway, Rome NY 13441-4514.
(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 four (4) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror.
The provision at 52.212-2, Evaluation - Commercial Items applies. Paragraph (a) - the following evaluation factors shall be used and are in descending order of importance: Price, Ability to Support Manufacturer Warranty, and Delivery.
The representations and certifications found in the provision at 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 complete only paragraph (L) of this provision and submit it with their quote.
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 also apply:
52.219-6, Notice of Total Small Business Set-Aside
52.219-28, Post Award Small Business Program Rerepresentation
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
52.222-50, Combating Trafficking in Persons
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration
The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause also apply:
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 Alternate III
252.247-7024, Notification of Transportation of Supplies by Sea
The following additional DFARS provisions and clauses also apply:
252.211-7003, Item Identification and Valuation
252.225-7000, Buy American Program - Balance of Payments Program Certificate
252.225-7002, Qualifying Country Sources as Subcontractors
252.232-7010, Levies on Contract Payments
5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. 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.
Note that the clause at 252.232-7003 is included in this solicitation. DoD requires payment requests to be submitted and processed electronically. Contractors must familiarize themselves with this clause and DFARS 232.7003 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 online 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
Richard Childres, Purchasing Agent, Phone 315-330-4194, Fax 315-330-7513, Email
[email protected]
Bid Protests Not Available