Federal Bid

Last Updated on 15 Sep 2017 at 8 AM
Combined Synopsis/Solicitation
Force Pennsylvania

Optical Componants

Solicitation ID FA8751-17-Q-0409
Posted Date 17 Aug 2017 at 7 PM
Archive Date 15 Sep 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Force Pennsylvania United states
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 FA8751-17-Q-0409 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) 2005-95 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20161222. 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 333314 and small business size standard of 500 employees.

The contractor shall provide all items identified on the Requirements List, (Attachment 1) on a firm fixed price basis including the cost of shipping FOB Destination.

The identified items reflect the 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 and it will be considered for technical acceptability.
Offerors must provide technical information in sufficient detail to allow adequate and thorough technical evaluation of the proposed equal solution. The Government will evaluate products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Government. The Government is not responsible for obtaining technical information in support of a proposed equivalent solution.

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 30 Days after receipt of order (ARO). Offerors shall clearly state in their offer any variance from these terms. All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (NOV 1991). 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) Friday, 31 August 2017. Submit to: AFRL/RIKO, Attn: Leslie Christoferson, 26 Electronic Parkway, Rome NY 13441-4514 or by email to [email protected] or by facsimile to: 315-330-2555. Offerors are encouraged to submit their quotes using the SF 1449,

Solicitation/Contract/Order for Commercial Items.

(b)(4) Submit a technical description of the items being offered.

(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.

(g) Contract award. The Government intends to evaluate offers and award a contract without discussions 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 discussions 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 4 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) technical capability of the item offered to meet the Government requirement;
(ii) price

All evaluation factors when combined are of equal importance. The Government intends to award to the lowest priced, technically acceptable offeror

Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; Alternate I. For your convenience all referenced certifications are attached to this solicitation. (Attachment 2)

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:

52.219-6, Notice of Total Small Business Aside
52.219-28, Post Award Small Business Program Re-representation (15 U.S.C. 632(a)(2)).
52.222-3, Convict Labor (E.O. 11755)
52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126).
52.222-21, Prohibition of Segregated Facilities
52.22-26, Equal Opportunity (E.O. 11246)
52.222-50, Combating Trafficking in Persons (22 U.S.C. chapter 78 and E.O. 13627).
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (E.O. 13513)
52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)
52.232-33, Payment By Electronic Funds Transfer-System For Award Management (31 U.S.C. 3332)

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
52.211-6, 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 (Section 847 of Pub. L. 110-181)
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-0001, Line Item Specific: Single Funding
252.204-7011, Alternative Line Item Structure
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7000, Buy American--Balance of Payments Program Certificate (41 U.S.C. chapter 83, E.O 10582)
252.225-7001, Buy American and Balance of Payments Program (41 U.S.C. chapter 83, E.O 10582)
252.225-7031, Secondary Arab Boycott of Israel
252.227-7015, Technical Data--Commercial Items (10 U.S.C. 2320)
252.227-7037, Validation of Restrictive Markings on Technical Data
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (10 U.S.C. 2227)
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies on Contract Payments
252.244-7000, Subcontracts for Commercial Items
252.247-7023, Transportation of Supplies by Sea - Basic (10 U.S.C. 2631(a))
252.247-7024, Notification of Transportation of Supplies by Sea

5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Kimberly L. Yoder, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-255-4967, email: [email protected].

The following additional terms and conditions apply:

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.

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.

Bid Protests Not Available

Similar Past Bids

Location Unknown Not Specified
Foresthill California 18 Jul 2024 at 11 AM
Montgomery Alabama 18 Jun 2003 at 5 AM
Grand coulee Washington 09 Jun 2014 at 8 PM
Camp lejeune North carolina 17 Jun 2005 at 5 AM

Similar Opportunities

New york New york 30 Sep 2027 at 4 AM (estimated)
New york New york 30 Sep 2025 at 4 AM (estimated)
New york New york 30 Sep 2025 at 4 AM (estimated)
New york New york 30 Sep 2025 at 4 AM (estimated)