Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2003 FBO #0637
SOLICITATION NOTICE

58 -- Dranetz-BMI equipment or equivalent

Notice Date
8/26/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), FTS, 7T-5 Oklahoma, 819 Taylor Street, Room 14A02, Fort Worth, TX, 76102
 
ZIP Code
76102
 
Solicitation Number
7TF-03-0009
 
Response Due
9/4/2003
 
Point of Contact
Elaine Lacker, Contracting Officer, Phone (817) 978-6142, Fax (817) 978-4739, - Frances Waters, Computer Specialist, Phone (817) 978-3689, Fax (817) 978-4739,
 
E-Mail Address
elaine.lacker@gsa.gov, frances.waters@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, and FAR Part 15, 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. Solicitation Number 7TF-03-0009 Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15. This is a full and open procurement under NAICS Code 334515 Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. There are several contract requirements: REQUIREMENTS LISTED BELOW. NOTE: This is a total small business set-aside. Section 508 does not apply to this requirement. Requirements: Provide the following Dranetz-BMI products or equivalent: Item 1, Quantity 2, model 4300-400, Power quality analyzer with 400hz measurement capabilities option, capable of measuring volts, amps, sags, swells, transients and frequency deviations in addition to power parameters such as W, VA, VAR, PF and other parameters; Item 2, Quantity 6, CA4300, Adapter to use 658 CT?s with 4300-400; Item 3, Quantity 1, DranView Dranetz Package, DranView software/drivers for all Dranetz products; Item 4, Quantity 3, P/N TR-2510, AC Current Probe (.1 to 10A); Item 5, Quantity 3, P/N TR-2500, AC Current Probe (10 to 500A); Item 6, Quantity 3, P/N TR-2520, AC Current Probe (300 to 3000A); Item 7, Quantity 4, P/N CA4300, CT Adapter Cables; Item 8, Quantity 3, P/N PR150/SP2, AC/DC Current Probe (0 to 150A); Item 9, Quantity 3, P/N PR1500/SP8, AC/DC Current Probe (0 to 1500A); Item 10, Quantity 2, P/N 32Flash, Data History Memory Card w/adapter; Item 11, Quantity 2, P/N RSC-4300, Rugged Ship Container; Item 12, Quantity 2, P/N VCP-4300, Voltage Cable Accessory Pack; Item 13, Quantity 2, P/N LPC-4300, Lockable Portable Case; Item 14, Quantity 1, Video 4300 VHS Training Video. Desired Delivery Date is September 30, 2003. Place of Delivery and Acceptance is: Twyman Lyne, OC/ALC/ENALL, Engineering Testing Laboratory, Bldg. 3220, N.W. Entrance, 4750 Staff Drive, Tinker AFB, OK 73145-3317. FOB destination. Solicitation provision at FAR 52.212-1, Instructions to Offerors--Commercial Items (July 2003) is hereby incorporated by reference. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government price and other factors considered. The following factors shall be used to evaluate offers: Evaluation will be based on (1) Technical (a) Technical capability of contractor to meet the Government requirements. (b) Past Experience (see below) (c) Delivery Terms - ability to meet required delivery schedule and (2) Price. Factors are listed in their relative order of importance. Past experience will be evaluated as follows: Evaluation of past experience shall be based on information provided by the offeror (see below) and any other information the Government may obtain by following up on the information provided by the offeror and/or through other sources (i.e., offeror?s experience on previously awarded delivery orders/contracts and/or contracts with other Government entities). The offeror must identify at least one Federal contract or delivery/task order for the federal government, and any other Federal, state, or local government and private contract or delivery/task order, for which the offeror has performed work similar to the statement of work in this solicitation. References should include the most recent contracts completed within the last two years. The offeror shall provide a point of contact, current telephone number and fax number for each contract. This list is due by the date established for receipt of proposals. 17(x). Offeror?s are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items (JUNE 2003) with its offer. Clause 52.212-4, Contract Terms and Conditions--Commercial Items (FEB 2002), is hereby incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUNE 2003), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract: (b)(5)(i) 52.219-6, (b)(7) 52.219-8, (b)(14) 52.222-19, (b)(15) 52.222-21, (b)(16) 52.222-26, (b)(17) 52.222-35, (b)(18) 52.222-36, (b)(19) 52.222-37, (b)(21) 52.225-1, (b)(24) 52.225-13, (b)(30) 52.232-34. Additional Contract Terms and Conditions applicable to this procurement are: (i) N/A (ii) Type of Contract: A firm fixed price, definite quantity, definite delivery contract will be awarded. (iii) Period of Performance: Delivery no later than September 30, 2003. The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. Signed and dated offers one original must be submitted to GSA, IT Solutions, 7TR, 819 Taylor Street, Room 14A02, Fort Worth, TX 76102-6105, Attn: Elaine M. Lacker, Contracting Officer at or before 4:30 p.m. (CDT), September 4, 2003. Email proposals may be sent to elaine.lacker@gsa.gov at or before the above time and date; facsimile proposals may be submitted to 817-978-4739 at or before the above time and date. Contact Elaine M. Lacker at 817-978-6142.
 
Place of Performance
Address: OC/ALC/ENALL, Engineering Testing Laboratory,, Bldg. 3220, N.W. Entrance, 4750 Staff Drive,, Tinker AFB, OK 73145-3317.
Zip Code: 73145-3317
Country: USA
 
Record
SN00413013-W 20030828/030827075014 (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.