Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2004 FBO #0818
SOLICITATION NOTICE

66 -- EQUIPMENT UPGRADE FOR SOC, SCALEABLE MIXED SIGNAL SEMICONDUCTOR TESTER, MODEL 93000 C400E

Notice Date
2/20/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
47522-5001
 
Solicitation Number
N0016404R6513
 
Response Due
3/1/2004
 
Archive Date
3/31/2004
 
Point of Contact
PETE RIEGLER 812-854-6491
 
E-Mail Address
To email point of contact
(riegler_p@crane.navy.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 combined synopsis/solicitation can also be viewed at www.neco.navy.mil. Solicitation Number N00164-04-R-6513 is hereby issued as a Request for Proposal (RFP). This requirement is being procured on a sole-source basis from Agilent Technologies, Inc., PO Box 4026, Englewood, CO 80155-4026, the Original Equipment Manufacturer (OEM), because Agilent is the only one known source for items that can satisfy the Government’s requirements, and it is likely that award to any other source would result in substantial duplication of cost to the Government that is not expected to b e recovered through competition. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-19 as well as DCN 20040113. The North American Industry Classification System (NAICS) Code for this procurement is 334515 and the size standard is 500 employees. This requirement is for the following Agilent Brand Name Only items: CLIN 0001 – P/N E7038E - 93K C3750 WS contr. Bundle 18” Flat Panel Display. This is an Agilent 93000 Offline test development workstation with all necessary software installed to perform 93000 test program development. (qty – 1 each) This will include the following licenses/products: (1) E7050 SmartTest version 4.1.8 or later; (2) E7051 Agilent 93000 Memory Test; (3) C compiler; (4) C++ compiler; (5) HP-UX 11.11 or later; (6) IEEE-488 GPIB board with drivers; (7) C3750 Workstation with Tape and CDROM drives; and (8) 18”FPD . CLIN 0002 -P/N E6998B - Pogo cbl digital for SOC S-I/F (qty - 12 each) . CLIN 0003 - P/N E7944EB - SOC Series Model C400e 16ch board 7M (qty – 12 each). These are the Agilent 93000 I/O boards and interconnect cables. Each I/O board increases test capability by adding 16 additional I/O channels. The I/O channels provide for data rates up to 400MHz with a vector memory depth of 7M. They are water-cooled maintaining an even operating temperature for increased measurement stability. CLIN 0004 - P/N H5205A3 - STE SOCBU Custom Support Services. (01 May 2004 – 01 March 2005). This is Agilent’s 3-day response support and bi-annual NIST calibration for the additional channels that are being procured. This support will also include full installation of the upgrades and initial NIST calibration. (Please provide a price breakdown showing the support price, calibration price and installa tion prices separately.) See attached SOW. Delivery and installation/check out of all hardware is required F.O.B. NSWC Crane 47522 by 1 May 2004. Final inspection will be at NSWC Crane, IN. Offers that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. This will be a firm-fixed price contract and will be awarded utilizing Simplified Acquisition Procedures. The contractor shall extend to the Government the full coverage of commercial sale warranty provided such warranty is available at no additional cost to the Government (provide a copy with the offer). Clauses/provisions: 52.211-14 (DO); 52.211-15; 52.212-1; 52.212-3 Alt 1 [FILL-IN] (NOTE: paragraph (b) of 52.212-3 is not applicable); NOTE: This provision MUST be filled out completely and submitted with the offer. 52.212-4; 52-212-5 (incorporating 52.2 19-4; 52.219-8; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-33); 52.215-05 (fax # 812-854-3465); 52.242-15; 52.243-1; 252.204-7004; 252.212-7000; NOTE: This provision MUST be filled out completely and submitted with the offer. 252.212-7001 (incorporating 52.203-3; 252.225-7001; 252.225-7012; 252.243-7002; 252.247-7023); 252.225-7000. The offeror shall provide its Commercial and Government Entity (CAGE) Code, Data Universal Numbering System (DUNS) number and Tax Identification Number (TINs). Addendum to 52.212-4(g): The Contractor shall include, as a minimum, the following information on each invoice: (1) Name and address of the Contractor; (2) Invoice number and date and shall be marked “Original Invoice”; (3) Contract number, contract line item number and, if applicable, the order number; (4) Description, quantity, unit of measure, unit price and extended price of the items delivered or services performed and an invoice total; (5) Shipping number and date of shipment including the bill of lading number and weight of shipment if shipped on Government bill of lading; (6) Terms of any prompt payment discount offered; (7) Name and address of official to whom payment is to be sent; and (8) Name, title, and phone number of person to be notified in event of defective invoice. Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) Circular A125, Prompt Payment. Contractors are encouraged to assign an identification number to each invoice. MAIL INVOICES TO: Vendor Pay, Code 00M, Bldg 3173, NSWC Crane, 300 Highway 361, Crane IN 47522-5002. PAYMENT STATUS INQUIRIES-Status of invoice payments can be obtained from the following web site: www.dfa s.mil/money/vendor If the payment is being made by DFAS-Columbus use the MOCAS Vendor Pay Inquiry System (VPIS) site listed on the above web site. It is recommended that the vendor download the “MOCAS VPIS Help Guide” and “Reason and Remark Code Document”. You must then register by clicking on “User Registration” under the subheading “MOCAS Vendor Pay Inquiry System” before payment inquiries can be made. If payment is being made by other than DFAS-Columbus, status of invoice payment can be obtained through the Non-MOCAS System by cage code, contract number or DUNS number at the above listed web site. To determine which system to use see the following blocks of your contract document for payment offices designation: SF 26 Award/Contract-Blk 12; SF 33 Award/Contract-Blk 25; SF 1449 Solicitation/Contract/Order for Commercial Items-Blk 18a; DD1155 Order for Supplies or Services-Blk 15. The following is hereby added by addendum to 52.212-4: FAR 52.233-2, Service of Protest. ADDITIONAL MARKING INSTRUCTIONS-In addition to any other marking instructions in this order, it is essential that all packages be accompanied by packing slips (preferably a DD 250) and all packing slips be located on the outside of the box or container and that all packages, shipping papers, and invoices be marked with the following information to permit effective receipt processing and timely payment: 1) Order Number; 2) Contract Line Item Numbers. The foregoing requirements must be passed on to any organization entity originating a shipment as a deliverable under this order. Caution: Any packages received, which are not marked in accordance with the above requirements, may be refused and returned to the contractor at the contractor's expense. BUSINESS HOURS- NSWC Crane allows flexibl e working hours for its employees. The normal eighthour shift may be worked between the hours of 6:30 AM and 5:30 PM EST. Many of our employees work 6:30 AM to 3:00 PM as a regular practice. The core time, when all employees are scheduled to work, is 9:00 AM to 3:00 PM. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Offers may be faxed to FAX 812-854-3465 or e-mailed to riegler_p@crane.navy.mil. All required information must be received on or before 1400 EST on 01 March 2004. Our mission is to provide quality and responsive acquisition services for this Command. In an effort to continue to improve our services, we are conducting a survey of our vendors. This survey may be found on the World Wide Web at: http://www.crane.navy.mil/supply/VendorSurvey.htm. Your comments will help us determine if we are accomplishing this and show us ways to improve our processes. Please consider taking the time to complete the survey.
 
Web Link
NSWC CRANE WEB PAGE
(http://www.eps.gov/spg/DON/NAVSEA/N00164/N0016404R6513/listing.html)
 
Record
SN00527251-F 20040222/040220232431 (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.