Skip to main content

An official website of the United States government

You have 2 new alerts

Embedded National Tactical Receivers

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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 (Updated)
  • Updated Published Date: Sep 06, 2024 08:29 am AKDT
  • Original Published Date: Sep 06, 2024 08:19 am AKDT
  • Updated Date Offers Due: Sep 16, 2024 10:00 am AKDT
  • Original Date Offers Due: Sep 16, 2024 10:00 am AKDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Oct 01, 2024
  • Original Inactive Date: Oct 01, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5985 - ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT
  • NAICS Code:
    • 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
  • Place of Performance:
    AK 99506
    USA

Description

*SEE ATTACHED COMBO*

1. This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued.

2. Solicitation W50S6K24Q0013 is issued as a Request for Quote (RFQ). IAW AFARS 5132.702(a)(ii)(B) “Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available.”

3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05, effective 22 May 2024. The DFARS provisions and clauses are those in effect to DFARS Publication Notice effective 29 July 2024.

4. This requirement is solicited as a Total Small Business set-aside. The North American Industrial Classification System (NAICS) code associated with this procurement is 334220 with a small business size standard of 1,250 employees.

5. The Pricing Schedule is incorporated as Attachment 1. Offerors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo.

6. The Government intends to award a firm-fixed price contract for the following:

CLIN 0001 QTY: 4 EA

Embedded National Tactical Receivers.

  1. Embedded National Tactical Receivers (ENTR V4). Ultra-high frequency Integrated Broadcast Service (IBS) receivers. Features low size, weight and power (SWaP) in a form factor that is well-suited to any platform

Or EQUAL will be considered. Contract award on CLIN 0001 may be awarded on an “all or some basis”.
 

7. Schedule.

            Delivery Date:           30 days ARO  

Location:  ATTN: MAJ DANIEL PAULSEN

17470 AIRLIFTER DRIVE

JBER AK 99506

8. FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (SEP 2023) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum:

  1. To assure timely and equitable evaluation of the quotes, the offerors must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. If awarded the contract, the contractor is required to submit a signed copy of the contract confirming receipt of the contractual document as directed by the contracting officer.

Specific Instructions:  The response shall consist of Two (2) separate parts:

Part I – Technical Acceptability – Submit one (1) copy of technical acceptability narrative that responds to the requirements detailed in the Combo. Narrative shall include statements how the offered equipment conforms as “or equal”.

Part II – Price - Submit one (1) copy of price schedule (Attachment 1) and any pertinent additional information.

b. Award will be made to the offeror whose quote is conforming to the solicitation and is determined to be the Best Value IAW FAR 13.106-1(a)(2). Technical acceptability and price will be considered.

9. FAR 52.212-2 Evaluation – Commercial Products and Commercial Services (NOV 2021) this provision has been tailored to this procurement and is provided in full-text below:

(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:

(1) Technical Acceptability

(2) Price

(b) Technical acceptability: The government will evaluate based on the offeror’s submitted Part I. After the Government determines if an offeror has provided sufficient data to show technical acceptability within the parameters of the solicitation, then the Government will evaluate:

(c) Price: The government will evaluate based on the offeror’s submitted Part II. Interested parties are reminded that this is a Best Value procurement and lowest price does not constitute award.

10. Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Offeror Representations and Certifications--Commercial Products and Commercial Services (MAY 2024) are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award.

11. The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services (NOV 2023), is hereby incorporated by reference, with the same force and effect as if it were given in full text.

12. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders – Commercial Products and Commercial Services (MAY 2024) is hereby incorporated by reference, with the same force and effect as if it were given in full text.

13. Additionally, the following provisions and clauses apply to this acquisition:

Provisions:

52.252-1 Solicitation Provisions Incorporated by Reference                                                             FEB 1998

252.204-7008 Compliance With Safeguarding Covered Defense Information Controls                  OCT 2016           

252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation     DEC 2019

252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications                 MAY 2021

Equipment or Services—Representation

Clauses:

52.204-27 Prohibition on a ByteDance Covered Application                                                            JUN 2023

52.252-2 Clauses Incorporated By Reference                                                                                   FEB 1998

52.252-6 Authorized Deviations in Clauses                                                                                      NOV 2020

252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications                 JAN 2023

Equipment or Services

252.232-7006 Wide Area Workflow Payment Instructions                                                              JAN 2023

252.247-7023 Transportation of Supplies by Sea                                                                              JAN 2023

14. No additional contract requirements apply to this acquisition.

15. This acquisition does not require a Defense Priorities and Allocations System (DPAS) rating.

16. NOTICE TO ALL INTERESTED PARTIES:

Please forward all questions via email no later than 10:00AM Alaska Time on 10 September 2024.

The Government may provide answers to those questions received. Responses will be posted to SAM.gov.

Offers are due no later than 10:00AM Alaska Time on 16 September 2024.

18. The POC for this solicitation is:

MSgt Cheyenne Youngbird, cheyenne.youngbird.1@us.af.mil, (907)377-8742

Lt Travis Olsen, travis.olsen.2@us.af.mil, (907)377-8741

Contact Information

Contracting Office Address

  • KO FOR AKANG DO NOT DELETE 3127 WABASH AVE SUITE 101
  • EIELSON AFB , AK 99702-1794
  • USA

Primary Point of Contact

Secondary Point of Contact

History