Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2002 FBO #0223
SOLICITATION NOTICE

58 -- Communication Test Set

Notice Date
7/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 16th Contracting Squadron, 350 Tully Street P.O. Box 9190, Hurlburt Field, FL, 32544-9190
 
ZIP Code
32544-9190
 
Solicitation Number
Reference-Number-F1A52221720400
 
Response Due
7/30/2002
 
Point of Contact
Ryan Fleming, Contracting Specialist, Phone (850) 884-3269, Fax (850) 884-5372, - Twila Beasley, Contracting Officer, Phone (850) 884-1269, Fax (850) 884-5372,
 
E-Mail Address
Ryan.Fleming@hurlburt.af.mil, twila.beasley@hurlburt.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. The reference number F1A52221720400 is issued as a Request for Quotation (RFQ), under the simplified acquisition procedures. The NAICS code is 334210. This is 100% set aside for Small Business. The solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2001-03. The contractor shall provide the following items: (Quantity 8). Firebird 6000 T1/WAN Communications Test Set, Manufactured by Acterna or equal. The following options will need to be delivered with the test set: FB6000A Communications analyzer, Option 6001: DS1 wideband jitter measurement, Option 6003: DS1 jitter generation, Option 6004: Clock recovery (50 bps to 520 kbps), Option 6005: IEEE-488 remote control, Interface Module 41400: RS-449/530/MIL DTE/DCE (188-114; 25-pin and 37-pin D-type connector), Interface Module 41440A: T1/FT1 drop and insert (Bantam connector), Accessory RM-6000A: Rack mount for FB6000A, CB-10615: bantam-to-bantam (10ft.) (Qty. 2), CB-40601: dual bantam-to-RJ48C (10ft.) (Qty. 1), CB-10215: RS-449/mil-188 37-pin D male-to-male (6ft.) (Qty. 1), CB-10418: RS-232/EIA-530/V.24 25-pin D male-to-male (10ft.) (Qty. 1). Items are to be delivered and quoted as FOB destination to HQ AFSOC/SCCS, 221 Lukasik Ave, BLDG 90220, Hurlburt Field, FL, 32544 for inspection and acceptance. Federal Acquisition Regulation (FAR) provision 52.212-1 Instructions to Offerors - Commercial Items (Oct 2000) applies to this acquisition and includes the following addenda: (1) Add the following paragraphs: (b)(12), "Each offeror shall submit their signed and dated offer (signed by an official authorized to bind your organization in a contract in one original and one copy to 16th Contracting Squadron, Attn: Ryan J. Fleming, P.O. Box 9190, 350 Tully Street, Hurlburt Field, Florida, 32544-9190," Proposals must be received no later than 4:00 PM Central Time, 30 July 2002. This offer shall include pricing, completed representations and certifications, an original signed and one copy of proposal and catalog literature on any quoted ?or equals?. Any or equals must meet the minimum salient characteristics to include functional and physical. Offers must also submit two past performance references, of relevant, like, or similar items from recent contracts. References shall include: brief description of contract, contractor name, contract number, point of contact, and contact information. Recent government contracts are preferred. All proposals must be submitted in hard copy. Award will be made to the lowest evaluated price that is technically acceptable and meets all the minimum mandatory criteria in the solicitation. The following factors shall be used to evaluate offers. The significant evaluation factors under FAR 52.212-2 Evaluation - Commercial Items are: technical, past performance, and price. Technical (specifications) and past performance, when combined, are approximately equal to cost or price. A purchase order shall be issued to the Lowest Price Technically Acceptable (LPTA) offeror with acceptable past performance. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Proposals shall be accompanied by completed representations and certifications found in FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items, available at web site http://farsite.hill.af.mil/. The following additional Federal Acquisition Regulations (FAR) provisions and clauses apply to this solicitation and are incorporated byreference: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR Clause 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: (1) DFARS 252.212-7001, Contract Terms and conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. The following clauses under paragraph (b) of 252.212-7001 are amended to read: 252.225-7001, Buy American Act and Balance of Payment Program, 252.225-7007, Buy American Act-Trade Agreements-Balance of Payment Program, 252.225-7036, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program. All far clauses and provisions may be reviewed and/or obtained from The Air Force FAR web site at Internet address http://farsite.hill.af.mil/. Registration with the Central Contractor Registry (CCR) is mandatory, DFARS 252.204-7004. Information regarding this solicitation may be obtained by contacting Ryan J. Fleming at (850) 884-3269 between the hours of 8:00 AM and 4:00 PM central time. No collect calls will be accepted. Contact by e-mail at Ryan.Fleming@hurlburt.af.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSOC/16CS/Reference-Number-F1A52221720400/listing.html)
 
Place of Performance
Address: HQ AFSOC/SCCS 221 Lukasik Ave BLDG 90220 Hurlburt Field, FL
Zip Code: 32544
Country: USA
 
Record
SN00115047-F 20020713/020711220005 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.