Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2002 FBO #0392
SOLICITATION NOTICE

66 -- AGILENT DATA ACQUISITION SYSTEM

Notice Date
12/27/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 10 ABW/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
F05611-03-T-0012
 
Archive Date
1/25/2003
 
Point of Contact
Bruce Taylor, Contract Specialist, Phone (719) 333-2478, Fax (719)333-4404, - Joy Christie, Contracting Officer, Phone (719) 333-3961, Fax (719) 333-4404,
 
E-Mail Address
bruce.taylor@usafa.af.mil, joy.christie@usafa.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items or services 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 is issued as a Request for Proposals (RFP), solicitation number F05611-03-T-0012, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07. The North American Industrial Classification System (NAICS) number is 334513 and the business size standard is 500 employees. The acquisition is unrestricted. Women owned and disabled veteran owned small businesses are encouraged to submit proposals. THE REQUIREMENT; TWO DATA ACQUISITION SYSTEMS consisting of the following ; ITEM 0001: Agilent E1421 B VXI Six slot Mainframe Quantity: 2(two) Unit Price $________ . Total $________. ITEM 0002; Agilent E1406A VXI GPIB command module C size Quantity: 2(two) Unit Price $________ Total $____________. ITEM 0003; Agilent E1413C 64 channel scanning A/D converter Quantity: 2(two) Unit Price $________,Total $_________. ITEM 0004; Agilent E1415A Algorithimic closed-loop controller Quantity: 2(two) Unit Price $________ Total $____________. ITEM 0005. Agilent E1501A Direct input SCP Quantity: 4(four) Unit Price $________, total $__________. ITEM 0006, Agilent E1503A Gain/filter SCP Quantity: 16(sixteen) Unit Price $________, total price $____________, ITEM 0007, Agilent E1510A 4-channel sample & hold SCP Quantity: 8(eight) Unit Price $________, total $___________. ITEM 0008 Agilent E1533A digital I/O SCP conditioner. Quantity 2 (two) $________, Total $__________. ITEM 0009, Agilent E1531A, Voltage output SCP, Quantity: 2(two) Unit Price $________, Total Price $___________. Grand total $__________. Delivery requirement: FOB for this RFP is Destination. Proposals received with FOB other than Destination will be not be considered. Delivery will be required no later than 45 days after receipt of contract. This is a 52.211-6 Brand Name or Equal acquisition. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition. Addendum to 52.212-1: The Acceptance Period is 60 days. The provisions at 52-212-2, Evaluation--Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. Only technically acceptable offers will be evaluated. Offers will first be evaluated on a pass or fail basis to determine whether offers of equal products meets the salient physical, functional, or performance characteristics as stated above. Include in your offer descriptive literature such as illustrations, drawings, or a clear reference to information readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable. The following factors shall be used to evaluate offers. Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements in this document. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer (Attachment). The clause 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda applies to this acquisition. Addendum to 52.212-4: 52.247-34 FOB Destination (Nov 1991), 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (Dec 2001) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 5, 11, 12, 13, 14, 15, 16, 19, 21 and 24. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Nov 2001), applies to this acquisition with the inclusion of the following 52.203-3, DFARS: 252.204-7004, Required Central Contractor Registration, 252.225-7000, Buy American Act - Balance of Payments Program Certificate, 252.225-7001, and Buy American Act and Balance of Payments Program. 252.225-7012 Preference for Certain Domestic Commodities. 252.243-7002 Requests for Equitable Adjustment. The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/ Offers must be received NLT 4:00PM Local Colorado Time, 10 January 2003, at 10th MSG/LGCB, ATTN: Bruce Taylor Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Proposals must be clearly marked with the solicitation number and date/time due as well as with the statement: proposal enclosed - time sensitive. Proposals received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated.
 
Place of Performance
Address: United States Air Force Academy CO
Zip Code: 80840
 
Record
SN00231540-W 20021229/021227213739 (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.