Ohio Bids > Bid Detail

50 GHz Vector Network Analyzer

Agency:
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159989595204716
Posted Date: Mar 8, 2024
Due Date: Apr 9, 2024
Source: https://sam.gov/opp/d1e232d739...
Follow
50 GHz Vector Network Analyzer
Active
Contract Opportunity
Notice ID
FA2263-24-Q-0004
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Sub Command 2
AGILE COMBAT SYSTEMS
Office
FA2263 AFLCMC WNMK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 08, 2024 07:25 am EST
  • Original Date Offers Due: Apr 09, 2024 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 31, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6625 - ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS
  • NAICS Code:
    • 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
  • Place of Performance:
    Heath , OH 43056
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR), Department of Defense Federal Acquisition Regulation Supplement (DFARS), and Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS). These regulations are available electronically at the Air Force FAR site, https://acquisition.gov/content/regulation. This announcement constitutes the only solicitation for which a Request for Quotation (RFQ) will be issued. It is the offeror's responsibility to monitor this site for the release of amendments (if any).



The RFQ number is FA226324Q0004 and shall be referenced on any offer submitted. The North American Industry Classification System (NAICS) code for this acquisition is 334515 and the business size standard is 750 employees. This RFQ is being solicited as Full and Open Competition.



AFMETCAL at Heath OH intends to award a firm-fixed price contract under Simplified Acquisition Procedures (SAP) in accordance with FAR Part 13-Simplified Acquisition Procedures and FAR Part 12-Acquisition of Commercial Items, for the purchase of Part A: 50 GHz Vector Network Analyzer with METAS VNA Tools II real-time uncertainty software with verification kits of each connector type (Type-N, 2.4 mm, 3.5 mm, and 7 mm), and Part B: VNA's with metrology grade cable sets of each connector type (NMD 2.4 mm - 2.4 mm, NMD 2.4 mm - 3.5 mm, NMD 2.4 mm - Type N, NMD 2.4 mm - 7mm), associated data, and three (3) year OEM warranty.



The anticipated quantity for this acquisition is Part A: 1 unit, and Part B: 6 units over three (3) years. There is no guarantee that all units included will be ordered.



Products offered shall be commercial items or commercially available off-the shelf (COTS) items meeting the definitions in FAR Part 2. Items proposed shall be new units. Reconditioned, remanufactured, or used items are not acceptable and shall not be proposed. The units must meet the requirements of Purchase Description (PD) 24E-055A/B-RF Rev. 2, dated 20 December 2023. The RFQ, PD, DD 1423 Data Requirements, and other applicable solicitation attachments are available for download at this site. Please review ALL documents carefully.



IMPORTANT NOTICE TO OFFERORS: All prospective awardees are required to register at SAM and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area WorkFlow (WAWF) through Procurement Integrated Enterprise Environment (PIEE) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at https://wawf.eb.mil. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/.



Notice to offerors: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.





Offers MUST:

(1) be valid through 30 September 2024,

(2) be for the items described in the PD (List of Attachments, Attachment 1),

(3) be for new units (not reconditioned, remanufactured, or used unit),

(4) be FOB Destination to AFMETCAL, Heath, OH,

(5) include a delivery schedule, if unable to meet delivery schedule in Deliveries and Performance section,

(6) include name of and be signed by an authorized company representative along with telephone number, facsimile number, and email address,

(7) include taxpayer identification number (TIN), CAGE Code Number and DUNS Number,

(8) include a technical proposal that includes a written line-by-line response to the PD,

(9) include copy of commercial price list,

(10) include a copy of the proposed three (3) year OEM warranty,

(11) include completed Supplies or Services and Price/Cost section,

(12) completed FAR 52.212-3, Offeror Representations and Certifications – Commercial Items. Offerors shall ensure information in SAM is current.



The Government reserves the right to incorporate the successful offeror’s technical proposal into any contract resulting from this solicitation.



Offers must be received no later than 9 April 2024 at 2:00 PM EDT. Offerors shall submit electronic files to DoD SAFE, https://safe.apps.mil following the instructions provided in Instructions to Offerors (Attachment 3) of the RFQ, under Electronic Proposal Submission. Offers submitted in forms other than through DoD Safe are not permissible and will not be considered.



Please note that the uploaded files must be timestamped by the offer due date and time. Offerors bear the risk for receipt of submitted offers being untimely. Offerors shall allow sufficient time for receipt of electronic submissions by the due date and time. All responsible sources may submit an offer, which if received timely shall be considered by this agency.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 740 788 5045 813 IRVING WICK DR W BLDG HORTON
  • HEATH , OH 43056-6116
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 08, 2024 07:25 am ESTCombined Synopsis/Solicitation (Original)

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 >