Wyoming Bids > Bid Detail

Spectrum Analyzer Upgrade

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159358063753819
Posted Date: May 11, 2023
Due Date: May 17, 2023
Solicitation No: FA461323Q1014
Source: https://sam.gov/opp/84841c7cd1...
Follow
Spectrum Analyzer Upgrade
Active
Contract Opportunity
Notice ID
FA461323Q1014
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFGSC
Office
FA4613 90 CONS PK
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-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: May 11, 2023 12:43 pm MDT
  • Original Published Date: Apr 20, 2023 10:43 am MDT
  • Updated Date Offers Due: May 17, 2023 10:00 am MDT
  • Original Date Offers Due: May 02, 2023 10:00 am MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jun 01, 2023
  • Original Inactive Date: May 17, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6625 - ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    FE Warren AFB , WY 82005
    USA
Description View Changes

Amendment 2 – Added FAR Clauses 52.217-5 and 52.217-7. Also explained evaluation process and changed due date from 4 May 23 10am to 17 May 23 10am.



Amendment 1 – Changed quote due date from 2 May 23 10am to 4 May 23 10am.



"Notice to Offeror(s)/Supplier(s): 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."



All quotes shall be valid through 30 Sep 23



Combined Synopsis/Solicitation



Solicitation Number: FA461323Q1014



Purchase Description: Spectrum Analyzer Upgrade – Brand Name



This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the SAM.gov web-site as a Total Small Business Set Aside.



The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461323Q1014, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 334511, with a small business size standard of 1,350 employees.



The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2023-02 effective 03/16/2023, Defense Federal Acquisition Regulation Supplement Change 03/22/2023 effective 03/22/2023 and Air Force Federal Acquisition Regulation Supplement Change 03/01/2023 effective 03/01/2023.



DESCRIPTION OF ITEMS/SERVICES: All CLINs F.O.B. Destination.



The Contractor shall provide the following:



THIS IS A BRAND NAME/MANUFACTURER REQUIREMENT



OPTION CLIN 0001: Rohde & Schwarz Mobile NESTOR Cellular Network Analysis System



Part No. NEST.1WML



with:



-TSMA6 Autonomous Mobile Network Scanner



with:



* Measurement all bands simultaneous



* RF Power Scan



* CDMA,LTE 5G bands



* 1TB SSD/16GB RAM



* Battery Pack Unit (2 batteries included)



* Software updates for 3 years (12 Updates)



-NESTOR Network Analysis Software Controller



with:



* Automatic Channel Detection



* Coverage Analysis



* Base Station Analysis



* Cell Position Estimation



* WLAN Analysis (WLAN HW NESTOR)



* Software updates for 3 years (12 Updates)



-Antenna & Accessories



*Ultrawideband Magnetic Antenna (698-3800



MHz)



*Carrying box for TSMA6



*TSMA6 AC Power Supp



Quantity: 1 Unit of Issue: EACH



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________





OPTION CLIN 0002: Rohde & Schwarz PR200_MDF_UP



Part no. PR200_MDF_UP



Mobile DF upgrades including:



-ADD 107 omni-directional DF antenna (20 MHz - 1.3 GHz)



-ADD207 omni-directional DF antenna (600 MHz - 6 GHz)



-CEPTOR Mobile DF software module



-Mounts, adapters, cables, and transit cases



Quantity: 1 Unit of Issue: EACH



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________





DELIVERY DATE(S): Delivery 14 Weeks After Date of Order/Contract.



PLACE OF DELIVERY: F. E. Warren AFB, WY



Attachments:



Attachment 1 - Additional Applicable Provisions and Clauses



Attachment 2 – Brand Name Justification





RESPONSES/QUOTES must be received no later than Wednesday, 17 May 2023; 10:00 AM (Mountain Time). Forward responses by e-mail to budd.butcher@us.af.mil, and trisha.lamarr@us.af.mil. Late quotes will not be accepted.



This RFQ is not authorization to begin performance and in no way obligates the Government for any costs incurred by the contractor for this requirement. The Government reserves the right not to award a contract in response to this RFQ. Prior to commencement of any activities associated with performance of this requirement, the Government will issue a written directive or contractual document signed by the Contracting Officer with appropriate consideration established.



Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at the time an offer is submitted. Failure to do so will result in the offer being deemed ineligible for award.



APPLICABLE FAR CLAUSES:



All applicable Provision/Clauses can be found in the Attachment 1. The following are instructions and evaluation factors pulled from the Provision/Clauses document specific to this combined synopsis solicitation for easier viewing for the vendor.



FAR 52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (MAR 2023)



FAR 52.212-1 is hereby tailored as follows:



(1) Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1.



(2) After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.



(3) The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and “quote,” respectively. Further, the term “award” shall be understood to describe the Government’s issuance of an order.



(4) The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable.



(5) Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:



(n) In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission:



(1) Price quote which identifies the requested service to include base year and all options



(2) Total Firm Fixed price



(3) Any Discount Terms



(4) Ability to meet the requested Period of Performance



(5) Technical Submission Requirements (specified in FAR 52.212-2 below)



(6) Cage Code and/or Unique Entity ID



(7) Cover page to include:



(i) Company Name



(ii) Physical Address



(iii) Point of Contact



(iv) Phone number



(v) Email address



(vi) Business Type



FAR 52.212-2 EVALUATION -- COMMERCIAL ITEMS (NOV 2021)



FAR 52.212-2 is hereby tailored as follows:



(a) 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:



(i) Technical capability of the item offered: meets brand name to the Government requirement/specifications.



(ii) Price: Award will be made to the lowest priced technically acceptable. No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices.



(b) The Government will evaluate quotes in accordance with the following evaluation criteria:



(i) The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors. If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government’s best interest to do so.



(ii) Price will be evaluated using the total evaluated price (TEP) on the bottom-line price for the entire effort, inclusive of all options. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. Prices must be determined fair and reasonable.



Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement.



Evaluation of options will not obligate the Government to exercise the option(s).



(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



(End of Provision)




Attachments/Links
Contact Information View Changes
Contracting Office Address
  • CP 307 773 3888 7505 BARNES LOOP BLDG 208
  • FE WARREN AFB , WY 82005-2860
  • 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 >