Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 08, 2025 SAM #8595
SPECIAL NOTICE

58 -- Combined Synopsis/Solicitation - Brand Name Quasonix Telemetry Transmitters and Receivers

Notice Date
6/6/2025 1:22:55 PM
 
Notice Type
Special Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
DEPT OF THE AIR FORCE
 
ZIP Code
00000
 
Solicitation Number
F1S0AY5135A001
 
Response Due
6/13/2025 3:00:00 PM
 
Archive Date
06/28/2025
 
Point of Contact
Jasmine Waterman, Susana Dryer
 
E-Mail Address
jasmine.waterman@us.af.mil, susana.dryer@us.af.mil
(jasmine.waterman@us.af.mil, susana.dryer@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Combined Synopsis/Solicitation for the Brand Name acquisition of Quasonix Telemetry Products - Transmitters and Receivers. Please see attached Solicitation for more details. (i) This is a combined synopsis/solicitation for commercial products 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; proposals are being requested, and a written solicitation will not be issued. Simplified Acquisition Procedures (FAR Part 13) will be used for requirement. (ii) Solicitation Number: FA930225Q0036 **Please provide the full solicitation number on all packages** Interested parties who believe they can meet all the requirements for the products described in this synopsis are invited to submit, in writing, a complete quote delivery FOB Destination Edwards AFB CA 93524. Offerors are required to submit with their quote with enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email. Submit only written offers. This solicitation is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2025-03, DFARS Change 01/17/2025 and DAFFARS Change 10/16/2024. (iv) THIS REQUIREMENT WILL BE: Firm Fixed Price, total small business set-aside. The North American Industry Classification System (NAICS) number for this acquisition is 334511 �Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing� with a size standard of 1,350 employees. (v) CLIN Nomenclature The requested is for brand name, Quasonix Telemetry, restricted to Quasonix authorized vendors/resellers only (detailed list attached): 1. P/N - QSX-RDMS-1C37-Q0-1111-04-14-EQ-ET - Telemetry Receivers - Qty. 7 each 2. P/N - QSX-VQR8-1110-10-64-24AL-C7-DP-HR-LD6-STC- Telemetry Transmitters Qty. 6 each 3. P/N - QSX-AC-34-HS-28V-SP- Fan-cooled heat sink 4"" x 3"" transmitter Qty. 13 each (vi) Description of products to be acquired: This requirement is for Quasonix Telemetry Transmitters and Receiver products to be delivered to Edwards Air Force Base (EAFB) (vii) Delivery: Period of Performance will be anticipated at 180 Days ARO or as soon as possible. (viii) The provision at FAR 52.212-1, Instructions to Offerors� Commercial Products and Commercial Services applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/ ADDENDUM TO FAR 52.212-1 Instructions to Offerors- Commercial Products and Commercial Services. Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE: 1. SAM UEI: 2. TIN Number: 3. CAGE Code: 4. Contractor Name: 5. Payment Terms (NET 30) or Discount: 6. Point of Contact Name and Phone Number: 7. Email address: 8. Warranty: 9. Date Offer Expires: 10. FOB Destination: 11. Estimated Delivery Lead Time: (x) The provision at FAR 52.212-2, Evaluation�Commercial Products and Commercial Services (Nov 2021) applies to this acquisition. (a) ADDENDUM to 52.212-2, Evaluation � Commercial Products and Commercial Services. 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. ***Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive*** The following factors shall be used to evaluate offers: (1) Technical capability of the item offered to meet the Government requirement. (2) Past performance: Offerors shall submit at least two (2) recent past performance work within the last three (2) years along with their proposal. (Provide Contract Number, Agency of performed work, and Agency�s Point of Contact (Email/Phone Number). (3) Price: In the integrated assessment, upon which the award assessment will be made, Past Performance is of more importance than Price when being evaluated. Technical factor will be rated as Acceptable or Unacceptable. In the integrated assessment, upon which the award assessment will be made, Past Performance is of more importance than Price when being evaluated. Technical factor will be rated as Acceptable or Unacceptable. (b) BASIS FOR CONTRACT AWARD: This is a competitive solicitation using simplified acquisition procedures and Best Value in which competing offerors past and present performance history will be evaluated as more important than price. By submission of its offer in accordance with the instructions provided in provision FAR 52.212-1 ""Instructions to Offerors"" the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, the model contract, and technical requirements, in addition to those identified as evaluation factors. All technically acceptable offers will be treated equally except for their prices and performance records. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: (1) Technical Acceptability (Step 1) - Quotes must be rated as technically acceptable to be eligible for award. In order to be deemed technically acceptable, the following evaluation criteria must be met: Technical capability of the item offered to meet the Government requirement of product specifications. (2) Price Evaluation (Step 2) - Next, offerors will be ranked according to overall price. Included as part of the price evaluation is a review for price reasonableness. An offeror's proposed Total Price will be determined by as called for in specification sheet. Offerors whose total evaluated price is unreasonable, unbalanced, or unaffordable may be considered unacceptable and may be rejected on that basis. To reiterate for reasonableness the total evaluated price will be evaluated. (3) Past Performance (Step 3) Provide at least two (2) recent past performance work within the last three (3) years. Up to one award will be made under this solicitation. Awards will be conducted under the provisions of FAR Part 12, Commercial Products, and FAR 13, Simplified Acquisition Procedures. Submit only written offers via e-mail; oral offers will not be accepted. All offerors must be registered with the System for Award Management (SAM). (xi) Offeror shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable. (xii) The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services (Nov 2023), applies to this acquisition. (xii) The class deviation of clause FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services (March 2025), applies to this acquisition. (xiii) Additional Contract Requirement or Terms and Conditions: Please find a contemplated list of additional provisions/clauses within the Solicitation document attached; the final list of clauses is dependent upon actual dollar value of the contract award and may change from those provided in the attachment. Full text for the clauses and provisions can be accessed via https://www.acquisition.gov/ (xix) Defense Priorities and Allocation System (DPAS): N/A Quote Submission Information: Please submit any questions regarding this solicitation, in writing to the POC email listed below. QUESTIONS REGARDING THIS SOLICITATION ARE DUE 11 June 2025 on or before 2:00 PM Pacific Daylight Time (PDT). Offers are due by 13 June 2025 at 3:00 PM Pacific Daylight Time (PDT). Offers must be sent to Jasmine Waterman at jasmine.waterman@us.af.mil and Susana Dryer at susana.dryer@us.af.mil via electronic mail. No late submissions will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9907a8e495ea432797059a3ef8a1a93c/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN07468754-F 20250608/250606230053 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.