Florida Bids > Bid Detail

Real Time Oscilloscope

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159994251653717
Posted Date: Aug 21, 2023
Due Date: Aug 22, 2023
Solicitation No: FA2487-23-Q-B002
Source: https://sam.gov/opp/b98905bc0b...
Follow
Real Time Oscilloscope
Active
Contract Opportunity
Notice ID
FA2487-23-Q-B002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE TEST CENTER
Office
FA2487 AFTC PZZD (EGLIN)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Aug 21, 2023 04:59 pm CDT
  • Original Published Date: Aug 18, 2023 02:20 pm CDT
  • Updated Date Offers Due: Aug 22, 2023 11:00 am CDT
  • Original Date Offers Due: Aug 21, 2023 01:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 06, 2023
  • Original Inactive Date: Sep 05, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5977 - ELECTRICAL CONTACT BRUSHES AND ELECTRODES
  • NAICS Code:
    • 334419 - Other Electronic Component Manufacturing
  • Place of Performance:
    Eglin AFB , FL 32542
    USA
Description

EGLIN AIR FORCE BASE (AFB) AIR FORCE TEST CENTER (AFTC)



Synopsis/Solicitation (COMBO)



Solicitation Number FA2487-23-Q-B001



Date: 18 Aug 2023



1. This is a combined synopsis/solicitation for commercial items prepared in accordance with 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 will not be issued.



2. Solicitation number FA2487-23-Q-B002 is issued as a Request for Quote (RFQ). The Government intends to issue a single contract to one (1) offeror under this solicitation. However, the Government reserves the right to make no award if it is determined to be in the best interest of the Government. The Government reserves the right to cancel this RFQ either before or after the closing date. In the event the Government cancels this RFQ, the Government has no obligation to reimburse any quoter for any incurred costs.



3. The solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition circular 2 June 2023, DFARS Change 20 July 2023, and DAFFARS Change 7 July 2023.



4. This acquisition is a small business set-aside with brand name or equal for all requirements (see Attachment 5). The associated NAICS is 334419, Other Electronic Component Manufacturing with a size standard of 750 employees.



5. Contract line item number (CLIN):



0001: Real Time Oscilloscope



QTY: 1 Units



PSC: 5977



Contract Type: FIRM-FIXED PRICE



EACH AND EVERY data diode system unit delivered from CLIN 0001 will include the following items:




  • Specifications of the Real Time Oscilloscope in accordance with the TRD



UNIT PRICING NEEDS TO BE INCLUSIVE OF ALL REQUIREMENTS



6. The contractor shall provide the Real Time Oscilloscope in accordance with the Technical Requirements Document (TRD).



New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.



7. Delivery Date: Delivery lead time will be determined based on the contractor’s quotation. Place of delivery will be established in each line item. Delivery shall be proposed at NLT 90 Days After Receipt of Order (DARO).



8. The provision at FAR 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition and is incorporated by addendum.



9. The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition.



10. Quoter(s) is (are) required to include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items to include FAR 52.212-03 Alt I, with their quotation. Quoters shall complete only paragraphs (b) of this provision if they have completed the annual representations and certificates electronically via https://www.sam.gov. If a quoter has not completed the annual representations and certifications electronically at the SAM website, they shall complete only paragraphs (c) through (o) of this provision. In addition to FAR 52.212-03 and it’s Alternate I, a completed copy of provisions FAR 52.209-5 shall be included with their quotation. Quoter(s) is(are) also required to include a completed copy of provisions 52.229-11, 52.223-22, 52.209-5, 52.204-24, 52.204-20, 52.209-7 with their quotation.



11. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition including Addendum to FAR 52.212-4.



12. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. Clauses selected within the clause FAR 52.212-5 are applicable to this acquisition.



13. Clauses and provisions listed in items 10, 11 and 12 are found in “Attachment 2 – Clauses with addrendum”.



14. Additional contract requirement(s) or terms and conditions: None



15. Defense Priorities and Allocations System (DPAS) and assigned rating: DO-A7



16. Commercial Software License Determination:



The offeror’s Commercial Software License shall be evaluated to ensure that it is compliant with the FAR, DFARS and AFFARS clauses such as those pertaining to inspection, termination, and disputes. Compliance will be evaluated against the following requirements:



- The license shall not subject the Government to the laws of a particular jurisdiction.



- The license shall not comment on the entitlement to attorney fees if a matter goes to trial.



- The license shall not attempt to have an individual other than a warranted Contracting Officer bind the Government to certain terms and conditions.



- The license shall not be inconsistent with the Prompt Payment Act.



- The license shall not attempt to impose a vendor lock-out provision – a mechanical or electronic method imbedded in the system that prevents unauthorized use or distribution of the program. This method can result in an impermissible unilateral change to the contract initiated by the vendor and involve a vendor having free access to a computer system that must be secure.



- The license shall not state that it sets forth the entire agreement between the vendor and the Government because applicable Federal laws and regulations always govern Federal contracts.



- The license shall not impose an automatic renewal provision on the Government or the possibility of unilateral price increases.



- The license shall not include non-substitution language that would preclude or limit the Government from switching to another vendor/reseller and/or another product to fulfill Data Diode requirements.



- The license shall not be inconsistent with FAR and DFARS clauses pertaining to inspection, acceptance, termination, and disputes.



Any Commercial Software License shall be sufficiently addressed on an acceptable or unacceptable basis only after selection of the successful offeror. This Factor is Acceptable when the software license is reviewed by a government attorney and does not conflict with the aforementioned requirements. Any deviation(s) shall provide a substantial explanation/rationale. Please submit the Commercial Software License with the quote. The Commercial Software License will be negotiated after the selection notification is made.



17. Warranty:



Please complete the attached warranty sheets (Attachment 3 and Attachment 4), which are available at https://www.pdrep.csd.disa.mil/pdrep_files/other/wsr.htm. Please utilize the following link for instructions on filling out the warranty forms: https://www.pdrep.csd.disa.mil/pdrep_files/reference/training/alltrain.htm. Please submit warranty terms and conditions with the quote along with completed copies of Attachments 3 and 4. Warranty issues shall be remedied after the selection notification is issued.



18. Delivery and Installation:



Delivery and installation of the Real Time Oscilloscope will be at 1358 Wizard Way, Bldg 1358, Rm 26, Eglin AFB 32542.



19. Complete quotation is due NLT the date and time specified by the sam.gov posting.



20. Please send you quotation to Mr. Craig O’Neill at craig.oneill@us.af.mil.



21. The Government reserves the right to award a portion or all of the requirements within the TRD.





NOTE: Address any questions, clarifications or concerns you may have via email to: Craig O’Neill at craig.oneill@us.af.mil.



Attachments:



1. TRD



2. Clauses with addendum



3. Source of Repair Instructions (see Instructions Above)



4. Warranty Tracking Information (see Instructioncs Above)



5. Revised J&A SOle Source (Brand Name)




Attachments/Links
Contact Information View Changes
Contracting Office Address
  • CP 8508825261 205 WEST D AVE BLDG 350 ROOM 415
  • EGLIN AFB , FL 32542-6886
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >