Keysight Analog Signal Generator

expired opportunity(Expired)
From: Federal Government(Federal)
FA8751-19-Q-0401

Basic Details

started - 24 Jun, 2019 (about 4 years ago)

Start Date

24 Jun, 2019 (about 4 years ago)
due - 01 Jul, 2019 (about 4 years ago)

Due Date

01 Jul, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
FA8751-19-Q-0401

Identifier

FA8751-19-Q-0401
Department of the Air Force

Customer / Agency

Department of the Air Force
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.

 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-0401 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) 2019-03 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20190531.  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 total
small business set-aside under NAICS code 334515 and small business size standard of 750 employees. The contractor shall provide all items identified in the List of Required Items below on a BRAND NAME ONLY, firm fixed price basis including the cost of shipping FOB Destination. Brand Name Justification is located in Attachment 1. All offerors must be Keysight authorized re-sellers.  Any offers received from contractors who are not Keysight authorized will not be considered for award.   PN:  E8257D PSG analog signal generator Keysight Care Assured First Year Support Standard connector, 2.4 mm Standard front and rear panel connector configuration. Standard adapter set, 2.4mm F-F and 2.4mm F -2.9mm FQty:  1 PN:  E8257D-1E1 Step attenuator Qty-1                     PN:  R-51B-001-3C, Extended Warranty, Return to Keysight - 3 Years       Qty-1 PN:  R-50C-011-3, Calibration Plan- Return to Keysight 3 years,      Qty:  1 PN:  E8257D-540 Frequency range from 250 kHz to 40GHz, Qty-1  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 8 Wks 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, Monday 01 July 2019.  Submit to:  AFRL/RIKO, Attn: Tabitha Haggart 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to:  315-330-2555 or by email to Tabitha.Haggart@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 FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items Alternate I.252.225-7000 Buy American--Balance of Payments Program CertificateFor 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:52.204-10, 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 (Deviation 2019-O0003)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 Disabilities52.222-50, 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 Systems52.204-22, Alternative Line Item Proposal 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 Support252.211-7003, 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 Chromium252.225-7001, 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 Data252.232-7003, Electronic Submission of Payment Requests and Receiving Reports252.232-7006, 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 Ms Lisette K. LeDuc, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 COM: 937-904-4407, email: lisette.leduc@us.af.mil.  Alternate Ombudsman: Steven Ewers, HQ AFRL/PK, 1864 4th Street, Wright-Patterson AFB OH 45433-7130, COMM:  (937) 255-5235; EMAIL:steven.ewers@us.af.milNote 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. Contact Information: Tabitha Haggart, Phone 315-330-3787, Fax 315-330-2555, Email Tabitha.Haggart@us.af.mil Office Address :26 Electronic Parkway Rome NY 13441-4514 Location: AFRL/RIK - Rome Set Aside: N/A

AFRL/RIK - RomeLocation

Address: AFRL/RIK - Rome

Country : United StatesState : New York

You may also like

Keysight Signal Generator

Due: 04 May, 2024 (in 4 days)Agency: DEPT OF DEFENSE

VA.GOV PRODUCT TEAMS - DEBT

Due: 19 Dec, 2024 (in 7 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Brand Name Only - Vector Signal Generator (Keysight M9384B)

Due: 30 Apr, 2024 (Tomorrow)Agency: COMMERCE, DEPARTMENT OF

Classification

NAISC: 334515 GSA CLASS CODE: 66