GENERAL STATEMENT:
This is a combined synopsis/solicitation for commercial items issued by the Air Force Research Laboratory/PZLEQ, Wright-Patterson Air Force Base, Ohio. This announcement constitutes the only solicitation being issued for the requirement described herein.
SOLICITATION INFORMATION
Solicitation Number: COMBO-AFRL-PZLEQ-2025-0008
[X] Request for Quotation (RFQ) [ ] Request for Proposal (RFP) [ ] Invitation for Bid (IFB)
REGULATION IDENTIFICATION:
This solicitation and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-01 Effective 30 Dec 2022.
NOTICE OF SMALL BUSINESS SET-ASIDE:
Set-aside Type
Small Business
NAICS Size Standard
334517
LISTING/DESCRIPTION OF ITEMS:
CLIN #: 0001
DESCRIPTION
NARDA FieldMan Broadband Meter and Four (4) Probes.
The vendor shall provide four (4) NARDA Fieldman Logging Broadband Field Meters with three (3) each of the following probes: 1) EFD0391, 2) EFD5091, 3) HFD0361, and 4) HFD0191. The NARDA Fieldman meter and probes shall possess the following salient characteristics:
The Detector shall possess the following specifications:
- Shall have isotropic probes to cover 100kHz to 60GHz
- Shall have large graphical display
- Shall have back lit monochrome LCD; readable even in bright daylight
- Shall have intelligent probe interface with automatic probe parameter detection
- Shall include fully automatic zeroing
- Shall have extensive memory for logging of up to 5000 results
- Shall have GPS interface and mountable receiver for positioning data documentation (optional)
- Shall include Graphical User Interface (GUI)
- Shall have Simple-to-Use 9 button keypad
- Shall have hold button soft key for freezing measurement display during readings
- Shall have user defined setups can be saved for repetitive survey needs
- Shall have keypad that can be locked to guard against inadvertent inputs
- Shall have user selectable auto-off feature to save battery life
- Shall include 5 types of results that can be displayed: actual, minimum, maximum, average, maximum average
- History Mode shall operate continuously in the background, allowing display of past readings at any time, up to 8 hours
- Shall include selectable units: V/m, A/m, W/m², mW/cm², and % of Standard when using shaped frequency response probes
- Shall include stored standards and guidance in the NBM memory allow simultaneous display readings as % of Standard if frequency is known
- Shall include data memory for up to 5000 measurements
- Shall have Time Averaging: 4 seconds to 30 minutes, in 2-second intervals
- Shall have variable alarm threshold setting
- Shall have audible indication of increasing or decreasing field strength
- Shall include automatic detection of probe type and calibration information
- Shall be fully automatic and variable zero adjustment interval times
- Shall include additional optical input for separating probe from meter
- Shall have PC connection via USB or Optical interface
- Shall have trigger input for externally initiating readings to be taken
- Shall include NBM-TS software enables remote controlled measurements
- Shall be able to have screenshots that can be downloaded to PC
DELIVERY INFORMATION:
FOB: [X] Destination
[ ] Origin
Place of Delivery:
711 HPW/OML
ATTN: Brandi Tschuor
2510 Fifth St., Bldg. 840
Wright-Patterson AFB, OH 45433
Requested Date of Delivery:
30 Days Upon Receipt of Order
INSTRUCTIONS TO OFFERORS:
The provision at FAR 52.212-1, Instructions to Offerors – Commercial (Jun 2020), applies to this acquisition.
Addenda:
N/A
EVALUATION OF OFFERS:
The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014), will be used to evaluate quotes received.
The Government will award a contract resulting from this solicitation to the responsible offeror whose quote 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:
(Lowest Price Technically Acceptable or Price Trade-Off) Pick which one matches
(1) Price
(2) Technical Acceptability
(a) In order for this quote to be considered “Technically Acceptable” it must meet:
(i) all specification requirements in the SOW
Offerors shall assume that the Government has no prior knowledge of its facilities, capabilities, and experience and will base the evaluation solely on the information presented in the Offeror’s proposal.
The Government reserves the right to award all, some, or none, of the items listed in this solicitation. The Government reserves the right to resolicit if results garner only one qualifying quote, if it’s determined to be in the best interests of the Government.
OFFEROR REPRESENTATIONS AND CERTIFICATIONS:
Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Feb 2021), with your quote.
- If offeror has completed annual representations and certifications in System for Award Management (SAM), then only paragraph (b) needs to be submitted with quote.
- If offeror has not completed annual representations and certifications in SAM then paragraphs (c-v) need to be submitted.
CONTRACT TERMS & CONDITIONS:
The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition.
Addenda:
N/A
REQUIRED TERMS & CONDITIONS TO IMPLEMENT STATUTES OR ORDERS:
The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jan 2021), applies to this acquisition.
The following clauses are incorporated via paragraph (b) and considered applicable to this acquisition:
FAR 52.219-6
Notice of Total Small Business Set Aside
FAR 52.219-28
Post Award Small Business Program Representation
FAR 52.222-3
Convict Labor
FAR 52.222-19
Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-21
Prohibition of Segregated Facilities
FAR 52.222-26
Equal Opportunity
FAR 52.222-50
Combating Trafficking in Persons
FAR 52.223-18
Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.225-1
Buy American--Supplies
FAR 52.225-13
Restrictions on Certain Foreign Purchases
FAR 52.232-33
Payment by Electronic Funds Transfer- System for Award Management
ADDITIONAL CONTRACT REQUIREMENTS:
(1) Offeror shall include all warranty requirements and documentation with quote.
(2) Offerors shall identify how long the quote is valid.
Additional provisions and clauses applicable to this requirement:
FAR 52.203-19
Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
Provision
FAR 52.204-7
System for Award Management
Clause
FAR 52.204-13
System for Award Management Maintenance
Clause
FAR 52.209-6
Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment
Clause
FAR 52.232-39
Unenforceability of Unauthorized Obligations
Clause
FAR 52.232-40
Providing Accelerated payments to Small Business Subcontractors
Clause
FAR 52.246-16
Responsibility for Supplies
Clause
FAR 52.247-34
F.O.B. Destination
Provision
FAR 52.252-1
Solicitation Provisions Incorporated by Reference
(Fill-in Text)
- https://www.acquisition.gov/
Clause
FAR 52.252-2
Contract Clauses Incorporated by Reference
(Fill-in Text)
- https://www.acquisition.gov/
Clause
DFARS 252.203-7000
Requirements Relating to Compensation of Former DoD Officials
Clause
DFARS 252.203-7002
Requirement to Inform Employees of Whistleblower Rights
Provision
DFARS 252.203-7005
Representation Relating to Compensation of Former DoD Officials
Clause
DFARS 252.204-7003
Control of Government Personnel Work Product
Provision
DFARS 252.204-7004, Alt A,
System for Award Management Alternate A
Clause
DFARS 252.204-7015
Notice of Authorized Disclosure of Information for Litigation Support
Clause
DFARS 252.211-7003
Item Unique Identification and Valuation
Clause
DFARS 252.223-7008
Prohibition of Hexavalent Chromium
Clause
DFARS 252.225-7001
Buy American and Balance of Payments Program
Clause
DFARS 252.225-7002
Qualifying Country Sources as Subcontractors
Clause
DFARS 252.225-7048
Export-Controlled Items
Clause
DFARS 252.232-7003
Electronic Submission of Payment Requests
Clause
DFARS 252.232-7006
Wide Area Workflow Payment Instructions
Clause
DFARS 252.232-7010
Levies on Contract Payments
Clause
DFARS 252.225-7012
Preference for Certain Domestic Commodities
Clause
DFARS 252.243-7001
Pricing of Contract Modifications
Clause
DFARS 252.244-7000
Subcontracts for Commercial Items
Clause
AFFARS 5352.201-9101
Ombudsman
(Fill-in Text)
Ombudsman: AFRL/PK Director
Alternate Ombudsman: AFRL/PK Deputy Director
1864 Fourth St
Wright-Patterson AFB OH 45433-7130
937-904-9700
Afrl.pk.workflow@us.af.mil
DPAS APPLICABILITY:
This requirement is not applicable to the Defense Priorities and Allocations System (DPAS).
SOLICITATION CLOSING INFORMATION:
Quotes are due by: 3 January 2025 @ 4:00 PM EST.
Quotes must be received by the closing date stated above. Submit quotes by email.
POINT OF CONTACT:
The point of contact for this acquisition for any questions and for submission of quotes is:
Name: Mr. Jason B. Sav
Title: Contract Specialist
Email: jason.sav@us.af.mil