Keysight Laser System

Agency: DEPT OF DEFENSE
State: New York
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159538514612548
Posted Date: Apr 25, 2024
Due Date: May 2, 2024
Solicitation No: FA875124Q0073
Source: Members Only
Follow
Keysight Laser System
Active
Contract Opportunity
Notice ID
FA875124Q0073
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 RESEARCH LABORATORY
Office
FA8751 AFRL RIKO
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 25, 2024 03:16 pm EDT
  • Original Date Offers Due: May 02, 2024 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5860 - STIMULATED COHERENT RADIATION DEVICES, COMPONENTS, AND ACCESSORIES
  • NAICS Code:
  • Place of Performance:
    Rome , NY 13441
    USA
Description

Combined Synopsis/Solicitation for Commercial Products and Commercial Services



(MAR 2024)





General Information





Title: Keysight Laser System



Document Type: Combined Synopsis/Solicitation



Solicitation Number: FA875124Q0073



Posted Date: 25 April 2024



Response Date: 02 May 2024



Classification Code: 5860



Set-Aside: Total Small Business



NAICS Code: 334516





Contracting Office Address





Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514





Description





This is a combined synopsis/solicitation for commercial products and commercial services 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; Offers 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 FA875124Q0073 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) 2024-03 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20240326.



See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein.



This solicitation is being issued as a small business set-aside total. The NAICS code is 334516 and small business size standard is 1000 employees.





The contractor shall provide all items identified in the LIST OF MATERIALS (Attch #1) on a BRAND NAME ONLY (Attch #2) , firm fixed price basis including the cost of shipping FOB Destination.





******All Offerors shall be authorized resellers/distributors for Keysight. Any offers received from Offerors who are not authorized for the Keysight brand will not be considered for award.







SHIP HARDWARE TO:





DoDAAC: F4HBL1



CountryCode: USA



AFRL RIOLSC



AF BPN NO MILSBILLS PROCESSES



148 ELECTRONIC PKWY



ROME, NY 13441-4503



UNITED STATES



Name, Email address, and Phone number of the end user POC associated with the delivery will be provided via Section F of any award resulting from this solicitation.



Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.



Used, pre-owned, refurbished, or remanufactured goods will not be accepted. Items must be factory new.



The anticipated delivery date is 6-18 Wks After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (NOV 1991). The place of delivery, acceptance and FOB destination point is Rome, NY 13441.





The provision at 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (SEP 2023), applies to this acquisition.





Addendum to the following paragraphs of 52.212-1 are:





(b) Written quotes are due at or before 3:00pm EST 02 May 2024. Submit to: by email to Tabitha.Haggart@us.af.mil Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Products and Commercial Services.





(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.





(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 may proceed to award to the next otherwise successful registered Offeror.





The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (NOV 2021) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers:





(i) technical capability of the item offered to meet the Government requirement;



(ii) price; and



The Government intends to award to the Lowest Priced Technically Acceptable Offer. In determining required technical acceptability, the Government will evaluate the items offered for compliance with the items listed in the List of Materials (Attch #1). 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 Products and Commercial Services (NOV 2023)



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)



252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (MAY 2021)



252.225-7000, Buy American- Balance of Payment Program Certificate- Basic (NOV 2014)



252.225-7055, Representation Regarding Business Operations with the Maduro Regime (MAY 2022)



For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 3)



The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (NOV 2023), applies to this acquisition.







The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (DEC 2023) applies to this acquisition.



(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:



(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).



(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (DEC 2023) (Section 1634 of Pub. L. 115-91).



(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment . (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).



(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).



(5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)



(6) 52.233-3, Protest After Award (Aug 1996) ( 31 U.S.C. 3553).



(7) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 ( 19 U.S.C. 3805 note))



(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:



X 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020), (Pub. L. 109-282) (31 U.S.C. 6101 note).





X 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328).



X 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021), (31 U.S.C. 6101 note).



X 52.219-6, Notice of Total Small Business Aside (15 U.S.C. 644) (NOV 2020)



X 52.219-28, Post Award Small Business Program Rerepresentation (SEP 2023)(15 U.S.C. 632(a)(2)).



X 52.222-3, Convict Labor (Jun 2003) (E.O. 11755)



X 52.222-19, Child Labor—Cooperation with Authorities and Remedies (NOV 2023) (E.O. 13126).



X 52.222-21, Prohibition of Segregated Facilities (Apr 2015).



X 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246)



X 52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212)



X 52.222-36, Equal Opportunity for Workers With Disabilities (JUN 2020) (29 U.S.C. 793)



X 52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212)



X 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).



X 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513)





X 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.’s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)



X 52.232-33, Payment By Electronic Funds Transfer—System For Award Management (Oct 2018) (31 U.S.C. 3332)



(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:





The following additional FAR and FAR Supplement provisions and clauses also apply: (reference FAR 12.301)





X 52.204-16, Commercial and Government Entity Code Reporting



X 52.204-18, Commercial and Government Entity Code Maintenance



X 52.204-21, Basic Safeguarding of Covered Contractor Information Systems



X 52.204-22, Alternative Line Item Proposal



X 52.247-34, FOB Destination





X 52.252-1 Solicitation Provisions Incorporate by Reference





X 52.252-2 Clauses Incorporated by Reference





X 252.203-7000, Requirements Relating to Compensation of Former DoD Officials





X 252.203-7002 Requirement to Inform Employees of Whistleblower Rights.





X 252.203-7005, Representation Relating to Compensation of Former DoD Officials





X 252.204-7003 Control of Government Personnel Work Product





X 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support





X 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services





X 252.204-7024, Notice on the Use of the Supplier Performance Risk System





X 252.211-7003, Item Identification and Valuation





X 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors.





X 252.223-7008, Prohibition of Hexavalent Chromium





X 252.225-7001, Buy American and Balance of Payments Program



X 252.225-7048 Export-Controlled Items



X 252.225-7055, Representation Regarding Business Operations with the Maduro Regime



X 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime



X 252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (MAY 2020) (DEVIATION 2020-O0015)



X 252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation (MAY 2020) (DEVIATION 2020-O0015)



X 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports





X 252.232-7006, Wide Area Workflow Payment Instructions



X 252.232-7010, Levies on Contract Payments



X 252.244-7000, Subcontracts for Commercial Products and Commercial Services





X 252.247-7023, Transportation of Supplies by Sea – Basic





_____ 5352.201-9101, Ombudsman (JUL 2023) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is: Ombudsman: AFRL/PK Director, Alternate Ombudsman: AFRL/PK Deputy Director, 1864 Fourth Street, WAFB OH 45433, Phone: (937) 904-9700, FAX: (937) 656-7321, Email: afrl.pk.workflow@us.af.mil



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. (Read and delete: If a UII/UID is requested for an item that has a unit price of

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.



All responsible organizations may submit a proposal, which shall be considered.




Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 315 330 7298 26 ELECTRONIC PKWY BLDG 106
  • ROME , NY 13441-4514
  • 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 >