COMBINED SYNOPSIS/SOLICITATION NOTICE:
Requirement Title: CISCO CODEC PRO
Solicitation Number: FA9453-24-X-XXXX
Solicitation Issue Date: 26 October 2023
Response Deadline: 08 November 2023 no later than 2:00 PM (MST)
Points of Contacts:
Heather Miller / heather.miller.16@spaceforce.mil
(Telework Please email)
Alternate POC: Tyler Breedlove / tyler.breedlove.1@spaceforce.mil (Telework Please email)
Cesar Miranda / cesar.miranda@spaceforce.mil (Telework Please email)
Contracting Officer: Heather Miller / heather.miller.16@spaceforce.mil / 505-253-4416
GENERAL INFORMATION
1. This is a combined synopsis/solicitation notice for commercial product/services 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 announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
2. This solicitation is being issued as a(n): Brand Name or Equal Request for Quotation (RFQ), as indicated in Attachment 1 titled: Brand Name or Equal To: Cisco Codec Pro – TAA compliant Specifications. Must meet minimum Specifications per Attachment 1.
3. This solicitation document and incorporated provisions and clauses are those in effect through, Federal Acquisition Circular (FAC) 2022-05, dated 7 March 2022.
4. This acquisition is set-aside 100% for Small Business Competition.
5. North American Industry Classification System Code (NAICS) is 334111 - Electronic Computer Manufacturing
6. The size standard of 1250 employees. All qualified small businesses under this industry are encouraged to submit quotes.
7. The Product Service Code (PSC) is 7C20 - Electrical Control Equipment
REQUIREMENT INFORMATION
Description:
Brand Name or Equal To: Cisco Codec Pro – TAA compliant
See attachment 1 for Brand Name or Equal To: Codec Pro Specifications
Place of Delivery/Acceptance/FOB Point:
F.O.B. Destination; AFRL/RVIR, Thomas Lopez, 3550 Aberdeen Ave SE B419, Kirtland AFB, New Mexico 87117.
INSTRUCTIONS TO OFFERORS
FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language therein:
1. Questions may be submitted to the POCs and Contracting Officer listed above no later than 08 November 2023 no later than 2:00 PM (MST). Questions submitted after this date may not be answered.
2. Quotes in response to this solicitation must be submitted via email to the POCs and Contracting Officer listed above no later than the established deadline.
3. All price quotations must be submitted on Attachment 2 - Quote Sheet, and it must be filled in entirely; all technical submissions must be submitted on a separate document.**NOTE** Shipping & Handling (Outside Ground Transportation)
4. Complete the below contractor identification information.
Company Name: Point of Contact:
Address: Telephone Number:
Discount Terms SAM Registered: Yes/No
Small Business: Yes/No DUNS #
CAGE #: Veteran-Owned: Yes/No
Woman-Owned: Yes/No Delivery Date: Signature/Date:
Printed Name:
EVALUATION CRITERIA
(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 Acceptability, technical evaluation team will evaluate by assigning a rating of “acceptable” or “unacceptable”. The Government will evaluate a minimum of three (3) lowest priced offers for technical acceptability in accordance with the solicitation. If none of the lowest three (3) are technically acceptable, the Government will evaluate the next three (3) lowest priced proposals until one proposal is technically acceptable, or until all offers have been evaluated. Only those proposals considered technically acceptable will receive further consideration for award. Once a proposal is deemed acceptable, all technical proposals are considered equal.
- This is a Brand name or Equal to Cisco Codec Pro – TAA compliant- and must meet minimum requirements listed in Attachment 1. If providing an “or equal”, specifications must be provided along with quote.
ii – Price – Price will be evaluated on a comparative basis amongst all received quotations and the Government’s estimate.
CLAUSES AND PROVISIONS
FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this acquisition; the offeror verifies by submission of their offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation.
FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition.
FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition; the following checked clauses are hereby included by reference:
- 52.219-6, Notice of Total Small Business Set-Aside
- 52.222-19, Child Labor--Cooperation with Authorities and Remedies
- 52.222-21, Prohibition of Segregated Facilities
- 52.222-26, Equal Opportunity
- 52.222-36, Equal Opportunity for Workers with Disabilities
- 52.222-50, Combating Trafficking Persons
- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases
- 52.232-33, Payment by Electronic Funds Transfer--System for Award Management
- 252.232-7006, Wide Area Work Flow Payment Instructions
- 252.225-7001, Buy American and Balance of Payments Program
The provisions and clauses listed below have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. All provisions and clauses are available at https://www.acquisition.gov.
The following provisions and clauses are hereby included by full text or by reference as prescribed:
- 52.204-7, System or Award Management
- 52.211-6, Brand Name of Equal To
- 52.247-34, F.O.B Destination
- 252-225-7000, Buy American-Balance of Payments Program Certificate
ATTACHMENTS
Attachment 1 – Codec Pro Specifications
Attachment 2 – JA Limited Source Complete SIPR Workstation - Signed