Combined Synopsis/Solicitation for Commercial Products and Commercial Services
General Information
Title: Spectrum Analyzer
Document Type: Combined Synopsis/Solicitation
Solicitation Number: FA875125Q0035
Posted Date: 27 February 2025
Original Response Date: 06 March 2025
Current Response Date: 06 March 2025
Classification Code: 6625
Set-Aside: Total Small Business
NAICS Code: 334515
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 FA875125Q0035 is issued as a Request for Quote (RFQ).
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03 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 procurement is being issued as a Total Small Business set aside under NAICS code 334515 and small business size standard of 750 employees.
The contractor shall provide the following items on a brand name or equal firm fixed price basis including the cost of shipping FOB Destination:
- FPL1000 Signal and Spectrum Analyzer
FPL1026- Spectrum analyzer 5 kHz to 26.5 GHz
-148 dBm to +30 dBm
Resolution bandwidth 1 Hz to 10 MHz
10.1 in multi-touch screen
QTY 1
- FPL1-B11- Microwave preselector bypass for wide analysis bandwidths at center frequency > 6 GHz (software license)
QTY 1
- FPL1-B40- extension to 40 MHz signal analysis bandwidth (software license) (For use in ZNL, ZNLx-B1 is required)
QTY 1
The following specifications must be met:
Required Specifications:
- Frequency range: greater than 20 Hz to 19.9 GHz Frequency resolution: 10 Hz or better modes of operation: swept frequency; externally triggered FFT analysis with 10 MHz bandwidth or greater.
- Number of points in scan: 1 to 20,000 or greater Resolution Bandwidth: 10 Hz to 10 MHz with 10% spacing minimum Safe input level: minimum 100 mW input voltage standing wave reflection (VSWR): 2.0:1 or better over whole frequency range.
- Can be synched to 50 Ohm external frequency reference clock Displayed average noise level (DANL): -121 dBm or better @ 1 Hz resolution bandwidth over whole frequency range.
- Suppression of spurious response: -60 dBc or better Rack mountable Displays data Computer control using SCPI serial commands.
- Can be computer controlled and data can be retrieved using ethernet 120V 60 Hz power RF input connector: SMA
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 16 Weeks After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. 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 proposals/quotes are due at or before 1:00 PM, (Eastern Time) 06 March 2025. Submit to: AFRL/RIKO, Attn: Brooke McDonald, by email to Brooke.McDonald@us.af.mil
(b)(4) Submit a technical description and/or a spec sheet of the items being offered.
(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.
(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; and waive informalities and minor irregularities in offers received.
(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 will proceed to award to the next otherwise successful registered Offeror.
The provision at FAR 52.212-2, Evaluation -- Commercial Items (NOV 2021) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) price and (ii) technical capability
All evaluation factors other than price, when combined, are approximately equal. The Government intends to make award to the lowest priced, technically acceptable Offeror.
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 (FEB 2024), as well as the following:
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)
252.225-7055, Representation Regarding Business Operations with the Maduro Regime (MAY 2022)
For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 1)
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 (JAN 2025) applies to this acquisition. The following additional FAR clauses cited are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-27, Prohibition on a ByteDance Covered Application
52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-6, Notice of Total Small Business Aside
52.219-28, Post Award Small Business Program Rerepresentation
52.222-3, Convict Labor
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 in Persons
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment By Electronic Funds Transfer—System For Award Management
The following additional FAR and FAR Supplement provisions and clauses also apply:
52.204-7 System for Award Management (NOV 2024)
52.204-16, Commercial and Government Entity Code Reporting
52.204-18, Commercial and Government Entity Code Maintenance
52.204-21, Basic Safeguarding of Covered Contractor Information Systems
52.204-22, Alternative Line Item Proposal
52.211-6, Brand Name or Equal
52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities
52.247-34, FOB Destination
52.252-1 Solicitation Provisions Incorporate by Reference
52.252-2 Clauses Incorporated by Reference
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7003 Control of Government Personnel Work Product
252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.211-7003, Item Identification and Valuation
Para. (c)(1)(i): None
Para. (c)(1)(ii): None
Para. (c)(1)(iii): None
Para. (c)(1)(iv): None
Para. (f)(2)(iii): None
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors.
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7000, Buy American--Balance of Payments Program Certificate
252.225-7001, Buy American and Balance of Payments Program
252.225-7048 Export-Controlled Items
252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (AUG 2024) (DEVIATION 2024-O0014)
252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation (AUG 2024) (DEVIATION 2024-O0014)
252.227-7015, Technical Data—Commercial
252.227-7037, Validation of Restrictive Markings on Technical Data
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies on Contract Payments
252.244-7000, Subcontracts for Commercial Products and Commercial Services
252.246-7008, Source of Electronic Parts
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. Vendors will be expected to supply Unique Item Identifier (UII/ UID) labels.
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.