Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 28, 2001 FBO #0026
PRESOLICITATION NOTICE

36 -- GE PROGRAMMABLE LOGIC CONTROLLERS HARDWARE AND SOFTWARE

Notice Date
12/26/2001
 
Notice Type
Presolicitation Notice
 
Contracting Office
Broadcasting Board of Governors, Associate Director for Management, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, DC, 20237
 
ZIP Code
20237
 
Solicitation Number
BBGCON3602S5275
 
Response Due
1/10/2002
 
Archive Date
1/25/2002
 
Point of Contact
Wayne Greene, Contracting Officer, Phone 202-619-2339, Fax 202-205-1921, - Gary Hosford, Contracting Officer, Phone 202-619-2946, Fax 202-260-0855,
 
E-Mail Address
wgreene@ibb.gov, ghosford@ibb.gov
 
Description
The Broadcasting Board of Governors/International Broadcasting Bureau (BBG/IBB) has a requirement to procure General Electric Programmable Logic Controllers (PLC) Hardware and Software. Pursuant to FAR 12.603, the following constitutes both the synopsis and the solicitation: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; written proposals are herein being requested, and a separate written solicitation will not be issued; (ii) The solicitation number for this procurement is BBGCON3602S5275 and this solicitation is issued as request for proposal (RFP); (iii) incorporated provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 97-27, Title 48, September, 2001; (iv) The Contracting Officer has determined that this procurement is appropriate for a set-aside for small business in accordance with FAR Subpart 19.502 (entitled Setting aside acquisitions). The North American Industry Classification System Code (NAICS) for Electronic Components is 334419 and the small business size standard is 500 employees; (v) The following contract line items will be procured in the quantities shown: (a) #IC641SWP063, Series 90 PCM Support Software, Qty: 3 each, (b) #IC697ACC701, Series 90 PCM development PCOP User's manual, Qty: 1 each, (c) #ICC697ACC702, Series 90 PCM user's manual, Qty: 1 each, (d) #ICC640HWC716, LM90-70 Enet TCP/IP for Win 95/98/NT w/cables, CD, docs, Qty: 1 each, (e) #IC697MDL653, Input Modules: 24 VDC, Positive/Negative Logic 32 Points, Qty: 52 each, (f) #ICC697MDL750, Output Modules; 24/48 VDC, 0.5 Amp, Positive Logic (32 Points), Qty: 52, (g) #IC697BEM711, Bus Receivers, Qty: 12 each, (h) #IC697BEM713, Bus Transmitter, Qty: 4 each, (i) #IC697PWR711, Power Supply, 120/240 Vac, 100 Watts, Qty: 17 each, (j) #IC697CPX782, CPU, 96, Mhz, 12K Discreet I/O, 1M byte fixed user memory, Qty: 1 each, (k) #IC697CHS750, Rack, 5 Slots, Rear Mount, Qty: 1 each, (l) #IC697CHS790, Rack, 9 Slots, Rear Mount, Qty: 17 each, (m) #IC697CBL700, Cable kit power supply Exp., Qty: 4 each, (n) #IC691BEM731, Series 90-70 Genius I/O Bus Controller, Qty: 1 each, (o) #IC697BEM733, Series 90-70 Genius Remote I/O scanner, Qty: 4 each, (p) #IC697MEM719, Expansion RAM, 512 Byts, CMOS, Qty: 1 each, (q) #IC697PCM711, Programmable Coprocessor, Qty: 3 each, (r) #IC600WD005, I/O Cable, 5 ft., Qty: 10 each, (s) #IC600WD010, I/O Cable, 10 ft., Qty: 2 each, (t) #FOC-EXP-04-062, Phoenix Fiber Optic Cable, Qty: 13000 ft., (u) #OCM-GEM-13-D-ST, Phoenix, Digital 90-70 module, Qty: 5 each, (v) #S82K24024, Omron Power Supply, 10 Amps, 24 VDC. (vi) To allow automated operation of Switch Matrix Controller located at the IBB's Manila Philippines Transmitting Station. (vii) The above items shall be delivered FOB Destination to IBB Engineering Support Center, 330 "C" Street, SW, Room G-312, Washington, DC 20237 within 30 days after contract award; (viii) The provision at 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition-with no addenda to the provision; (ix) The provision at 52.212-2, Evaluation - Commercial Items, The Government will award a Contract resulting from this solicitation to the responsible Offeror whose proposal conforming to the RFP will be most advantageous to the Government based on price and past performance; (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer; (xi) The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition-with no addenda to the clause; (xii) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition as well as the following clauses contained within FAR Clause 52.212-5: 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Executive Order 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4211 and 4212), (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212), 52.225-3, Buy American Act -- North American Free Trade Agreement--Israeli Trade Act--Balance of Payments Program (Feb 2000) (41 U.S.C. 10a-10d), and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (31 U.S.C. 3332); (xiii) There are not any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) necessary for this acquisition other than those consistent with customary commercial practices; Failure to provide any of the above items may result in the rejection of your proposal. Full text of all FAR Clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far/). (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition; (xv) CBD numbered note 1 applies to this procurement; (xvi) Offers are due not later than 3 pm EST, Thursday, January 10, 2002 and they shall reference RFP #BBGCON3602S5275 (xvii) Any questions related to this proposed procurement shall be in writing and shall be sent directly and only to the Contract Specialist, Wayne Greene (fax 202-260-0855); e-mail at wgreene@IBB.gov. Offers shall be submitted in writing and must be signed by an official authorized to bind the Offeror's organization. Proposals are due at the BBG/IBB, 330 "C" Street, SW, Room 2523, Washington, DC 20237, attn: Mr. Wayne Greene. Oral proposals will not be accepted. All responsible sources may submit an offer, which shall be considered by the Agency.
 
Record
SN20011228/00009939-011227091022 (fbodaily.com)
 

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.