Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2002 FBO #0297
SOLICITATION NOTICE

70 -- High Speed MultimodePulse Digitization System

Notice Date
9/23/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 300 O'MALLEY AVE., SUITE 49, Schriever AFB, CO, 80912-3049
 
ZIP Code
80912-3049
 
Solicitation Number
FA2550-02-Q-0870
 
Point of Contact
Amy Chauvin, Contracting Specialist, Phone 719-567-3451, Fax 719-567-3809, - Timothy Angermeier, Contracting Specialist, Phone 719-567-3431, Fax 719-567-2805,
 
E-Mail Address
amy.chauvin@schriever.af.mil, Timothy.angermeier@schriever.af.mil
 
Description
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; proposals are being requested and a written solicitation will not be issued. This solicitation, FA2550-02-Q-0870 is issued as a request for proposal (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09. . The North American Industry Classification System (NAICS) code is 334515 and the business size standard is 500. This is an approved sole source acquisition authorized by FAR 13.501 and 6.302 under the Simplified Acquisitions procedures (SAP). This sole source acquisition is for Celerity Systems, Inc. However, all interested offerors may identify their products by submitting pricing data and an accurate description of their product including make and model numbers. Women owned and small disadvantaged businesses are encouraged to submit offers. Requests must state business size of each offer. Only responses containing this information will be considered for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit an offer, which will be considered. If no favorable responses are received by close of business September 27, 2002 a purchase order will be negotiated with the above named source. This requirement is for a High-Speed Multi mode Pulse Digitization Systems, Part Number MMD7100A, MFR: Celerity System, which includes: One (1) each High Speed Multimode Pulse Digitization System described as model number MMD7100A HWD; 12 bit 50 MS/s dual channel analog input daughtercard; Access 256 carrier card with 1024 MB of memory and 150 MB/s max I/O rate; 32 bit TTL digital input daughtercard; Bancomm VME time code reader with IRIG-A, B, AND G; 12 slot rack mount VME chassis with power supply and fans; embedded UltraSPARC III 333 MHz w/512 MB DRAM, 10/100 base T, 73 GB removable SCSI system hard drive; Additional 73 GB SCSI hard drive for removable data hard drive; Rack mount 18? Flat Panel LCD Monitor with keyboard and trackball. One (1) each High Speed Multimode Pulse Digitization System, MMD1700A SW; consist the following software and integration items: MAR XFILE software for direct translation of hardware memory data to disk in Martes readable file format; Solaris 2.8 for Sparc and VMEbus Driver Bundle; System control software application (in LabView) for MMD digitizer; ANSI C Software Libraries for Embedded SPARC running Solaris 2.8; System intergration for Access256 with VME-PEG100, Controller and Chassis with rear panel I/O. FOB Destination delivery will be to 730 Irwin Ave, Suite 83, Schriever AFB, CO 80912. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors?Commercial. The following additional provisions and clauses apply: (a) 52.212-2, Evaluation?Commercial Items, 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 acceptable; 2) Past performance; and 3) Price. Technical acceptable is considered the most important. Technical acceptable will be evaluated based on function and operation of the item. To be technically acceptable the item shall meet the Government?s specifications. Offerors shall submit descriptive literature, product samples, technical features, and warrant provisions. Past performance is considered more important than price. Past performance will be evaluated to ensure satisfactory business practices and timely performance. Price will be considered as the least important factor. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. The Government reserves the right to award to an offeror other than low price. (b) Offerors shall complete a copy of the provision 52.212-3, Offeror Representations and Certifications?Commercial Items, with the offer. (c) 52.212-4, Contract Terms and Conditions. (d) 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders?Commercial Items; to include clauses: (1), (3), (5), (11), (12), (13), (14), (15), (16), (17), (21), (24), and (25). (e) 52.246-2, Inspections of Supplies ? Fixed- Price. (f) 52.252-2, Clauses Incorporated by Reference. (g) 252.212-7000, Offeror Representations and Certifications-Commercial Items. (h) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items: to include clauses: 52.203-3, Gratuities; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7007, Buy American Act?Trade Agreements?Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7014, Preference for Domestic Specialty Metals; 252.225-7015, Preference for Domestic Hand or Measuring Tools; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings. (i) 252.204-7004, Required Central Contractor Registration. (j) 252.204-7003, Control of Government Personnel Work Product. (k) 52.202-1, Definitions. Y2: Year 2000 Warranty--Commercial Supply Items. The contractor warrants that each hardware, software, and firmware product delivered under this contract and listed below shall be able to accurately process date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations to the extent that other information technology, used in combination with the information technology being acquired, properly exchanges date/time data with it. If the contract requires that specific listed products must perform as a system in accordance with the foregoing warranty, then that warranty shall apply to those listed products as a system. The duration of this warranty and the remedies available to the government for breach of this warranty shall be as defined in, and subject to, the terms and limitations of the contractor's standard commercial warranty or warranties contained in this contract, provided that notwithstanding any provision to the contrary in such commercial warranty or warranties, the remedies available to the government under this warranty shall include repair or replacement of any listed product whose non-compliance is discovered and made known to the contractor in writing within ninety (90) days after acceptance. No telephone requests will be accepted. Please either email, fax, or mail your offers to amy.chauvin@schriever.af.mil; fax to 719-567-3809 or mail to 50th Contracting Squadron, ATTN: Amy Chauvin, 300 O?Malley Ave, Suite 49, Schriever AFB, CO 80912. If there are any questions call A1C Amy Chauvin at 719-567-3451. Contracting Officer: Laura Charles at 719-567-2314. Due to the end of the fiscal year this synopsis and solicitation will only be posted for five (5) days. Quotes are due back by 4:00 pm Mountain Standard time on September 27, 2002
 
Place of Performance
Address: Schriever AFB, CO
Zip Code: 80912
Country: US
 
Record
SN00173777-W 20020925/020924065323 (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  © 1994-2020, Loren Data Corp.