Keysight Field Fox Analyzer

expired opportunity(Expired)
From: Federal Government(Federal)
F1S0AY4036A001

Basic Details

started - 06 Mar, 2024 (1 month ago)

Start Date

06 Mar, 2024 (1 month ago)
due - 11 Mar, 2024 (1 month ago)

Due Date

11 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
F1S0AY4036A001

Identifier

F1S0AY4036A001
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709057)DEPT OF THE AIR FORCE (60451)AIR FORCE MATERIEL COMMAND (2223)AIR FORCE TEST CENTER (3211)FA9302 AFTC PZZ (453)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Amendment 1- an amendment will be issued to extend the solicitation period.(i) 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; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for requirement.(ii) Solicitation Number: F1S0AY4036A001 **Please provide the full solicitation number on all packages**Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote including delivery FOB Destination Edwards AFB CA 93524.Offerors are required to submit a quote with enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email,
please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted.This solicitation is issued as a Request for Quote (RFQ).(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2024-03 and Regulation Supplement Change Notice (DPN) 20240215.(iv) THIS REQUIREMENT WILL BE: Full and Open Competitive (Authorized Resellers). The North American Industry Classification System (NAICS) number for this acquisition is 334515 with a size standard of 750 employees.(v) CLIN NomenclatureDescription of supplies to be acquired:1. Keysight FieldFox 6.5 GHz RF Analyzer, 9kHZ to 7GHz model N9322C. Keysight-Care Technical Support - 3 years AC / DC adapter for US / Canada. Return to Keysight Warranty - 3 years QTYa) N9914B-010 Vector network analyzer time domain QTY 1b) N9914B-210 Vector network analyzer transmission/reflection QTY 1c) N9914B-211 Vector network analyzer full 2-port S-parameters QTY 1d) N9914B-233 Spectrum analyzer QTY 1e) N9914B-235 Pre-Amplifier QTY 1f) N9914B-307 GPS Receiver QTY 1g) N9914B-309 DC bias variable-voltage source QTY 1h) N9914B-310 Built-in power meter QTY 1i) N9914B-356 Noise figure measurements QTY 1(vii) Period of Performance (PoP): Anticipated PoP: (Estimated) 31 March 2024. (viii) The provision at 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial ItemsOfferors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included:*PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: DUNS Numbers:TIN Number:CAGE Code:Contractor Name:Payment Terms (net30) or Discount:Point of Contact and Phone Number:Email address:FOB (destination or origin):Warranty (if applicable):Date Offer Expires:Shipping (if applicable):Delivery Lead Time:(x) The provision at 52.212-2, Evaluation - Commercial Items applies to this acquisition.(a) ADDENDUM to 52.212-2, Evaluation – Commercial Items. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.The following factors shall be used to evaluate offers:(1) Technical capability of the item offered to meet the Government requirement (2) Past performance: Offerors shall submit at least two (2) recent past performance work within the last three (3) years along with their proposal. (Provide Contract Number, Agency of performed work, and Agency’s Point of Contact (Email/Phone Number) (3) Price: In the integrated assessment, upon which the award assessment will be made, Past Performance is of more importance than Price when being evaluated. Technical factor will be rated as Acceptable or Unacceptable.In the integrated assessment, upon which the award assessment will be made, Past Performance is of more importance than Price when being evaluated. Technical factor will be rated as Acceptable or Unacceptable.(b) BASIS FOR CONTRACT AWARD: This is a competitive solicitation using simplified acquisition procedures and Best Value in which competing offerors’ past and present performance history will be evaluated as more important than price.By submission of its offer in accordance with the instructions provided in provision FAR 52.212-1 "Instructions to Offerors" the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, the model contract, and technical requirements, in addition to those identified as evaluation factors. All technically acceptable offers will be treated equally except for their prices and performance records. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: (1) Technical Acceptability (Step 1) - Quotes must be rated as technically acceptable to be eligible for award. In order to be deemed technically acceptable, the following evaluation criteria must be met: Technical capability of the item offered to meet the Government requirement of the PWS. (2) Past Performance (Step 2) Provide at least two (2) recent past performance work within the last three (3) years. (3) Price Evaluation (Step 3) - Next, offerors will be ranked according to overall price. Included as part of the price evaluation is a review for price reasonableness. An offeror's proposed Total Price will be determined by as called for in the Performance Work Statement (PWS). Offerors whose total evaluated price is unreasonable, unbalanced, or unaffordable may be considered unacceptable and may be rejected on that basis. To reiterate for reasonableness the total evaluated price will be evaluated. Up to one award will be made under this solicitation. Awards will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers via e-mail; oral offers will not be accepted. All offerors must be registered with the System for Award Management (SAM).(xi) Offeror shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable.(xii) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.(xiv) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition.FAR 52.204-13 System for Award Management Maintenance.FAR 52.204-18 Commercial and Government Entity Code Maintenance.FAR 52.222-26 Equal Opportunity (Sep 2016)FAR 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2020)FAR 52.222-50 Combating Trafficking in Persons (Nov 2021)FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (June 2020)FAR 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021)FAR 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Oct 2018)(xiii) Additional Contract Requirement or Terms and Conditions: The following is a contemplated list of provisions/clauses; the final list of clauses is dependent upon actual dollar value of the contract award and may change from the list provided below. Full text clauses can be accessed via https://www.acquisition.gov/PROVISIONS FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017)FAR 52.204-7 System for Award Management (Oct 2018)DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep 2022)DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)CLAUSES FAR 52.204-21 Basic Safeguarding of covered Contractor Information Systems (Nov 2021)FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023)DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011)DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Dec 2022DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Jan 2023)DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023)DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment orServices.DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (Nov 2023)DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jan 2023)DFARS 252.225-7001 Buy American and Balance of Payments Program (Jan 2023)DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. (Mar 2022)DFARS 252.225-7012 Preference for Certain Domestic Commodities (Dec 2017)DFARS 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (Jan 2023)DFARS 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (June 2023)DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data (Jan 2023)DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)DFARS 252.232-7006 Wide Area Workflow Payment Instructions (Jan 2023)DFARS 252.232-7010 Levies on Contract Payments (Dec 2006)DFARS 252.244-7000 Subcontracts for Commercial Items (Nov 2023)DFARS 252.244-7001 Contractor Purchasing System Administration. (Alternate I)DFARS 252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System. (Jan 2023)DFARS 252.246-7008 Sources of Electronic Parts (Jan 2023)DFARS 252.247-7023 Transportation of Supplies by Sea (Jan 2023)DAFFARS 5352.201-9101 Ombudsman (July 2023)(xiv) Defense Priorities and Allocation System (DPAS): N/A(xv) Proposal Submission Information:Offers are due by 07 March 2024 at 16:00 PM Pacific Standard Time (PST). Offers must be sent to Susana Dryer at susana.dryer@us.af.mil via electronic mail. No late submissions will be accepted.

Location

Place Of Performance : N/A

Country : United StatesState : CaliforniaCity : Edwards Air Force Base

Office Address : CP 661 277 4503 5 SOUTH WOLFE AVE BLDG 2800 EDWARDS AFB , CA 93524-1185 USA

Country : United StatesState : CaliforniaCity : Edwards Air Force Base

You may also like

PR10321 K8A21-240504 Carbon Analyzer

Due: 03 May, 2024 (in 3 days)Agency: Department of Public Works and Government Services (PSPC)

FULL SERVICE ANALYZER

Due: 21 Oct, 2024 (in 5 months)Agency: DEPT OF DEFENSE

LICOR OPEN PATH ANALYZER AND PARTS

Due: 22 May, 2024 (in 23 days)Agency: AGRICULTURAL RESEARCH SERVICE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 334515Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
pscCode 6625Electrical and Electronic Properties Measuring and Testing Instruments