Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2004 FBO #0844
SOLICITATION NOTICE

D -- Dual 1553 Channel PCI I/F w/PBA -2000 S/W

Notice Date
3/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, MO, 65305
 
ZIP Code
65305
 
Solicitation Number
FA4625-04-Q-0006
 
Response Due
3/24/2004
 
Archive Date
4/8/2004
 
Point of Contact
Sue Myers, Contract Administrator, Phone 660-687-5425, Fax 660-687-4822, - James McCoy, Contracting Officer, Phone (660)687-5466, Fax (660)687-5462,
 
E-Mail Address
509cons.sollgca@whiteman.af.mil, 509cons.sollgcb@whiteman.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items (non-personal 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA4625-04-Q-0006. This solicitation incorporates the provisions and clauses as those in effect through Federal Acquisition Circular 2001-20. This procurement is set-aside for small business. North American Industry Code 423430 with a small business size standard of 100 employees applies to this procurement. The point of contact for this is Sue Myers at (660) 687-5414. FOB Destination for delivery at Whiteman AFB, MO. You must be registered in Central Contractor Registration before an award can be made. A PCI card or module for a standard PC with a minimum configuration of 300 MHz Processor, 64 MBytes RAM, and 20 MBytes free disk space. The PCI card or module must offer full function test, simulation, monitoring and databus analyzer functions for military standard 1553 bus applications. It must provide two independent dual redundant military standard 1553 bus streams as well as protocol testing and simulation of military standard 1553 bus activity. It must have the ability to accurately synchronize single or multiple modules to a common time source. It needs to include a Windows based military standard 1553 analyzer and systems integration software package with an intuitive graphical user interface. It must support the test and integration of up to 16 dual redundant military standard 1553 buses in a single PC system. Part # PBA-API1553-3 Dual 1553 Channel PCI I/F w/PBA-2000 S/W Brand name or Equivalent All Federal Acquisition Regulation (FAR) clauses and provisions referenced below may be reviewed and/or obtained from the Federal Acquisition Regulations website at Internet address http://farsite.hill.af.mil/. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.212-4 ? Contract Terms and Conditions ? Commercial Items; 52.274-34 ? FOB Destination; 52.252-2 ? Clauses Incorporated by Reference; 52.212-5 ? Contract Terms and Conditions ? Required to Implement Statutes or Executive Orders ? Commercial Items; DFARS 252-246-7000 ? Material Inspection and Receiving Report; DFARS 252-204-7004 ? Required Central Contrator Registration; 52.203-6 ? Restrictions on Subcontractor Sales to the Government; 52.219-6 ? Notice of Total Small Business Set Aside; 52.222-3 ? Convict Labor; 52.222-19 ? Child Labor ?Cooperation with Autorities and Remedies; 52.222-21 ? Prohibition of Segregated Facilities; 52.222-26 ? Equal Opportunity; 52.222-35 ? Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 ? Affirmative Action for Workers with Disabilities; 52.222-37 ? Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-3 ? Buy American Act ? Free Trade Agreement ? Israeli Trade Act; 52.225-3 ? Buy American Act ? Alternate 2; 52.225-13 ? Restrictions on Certain Foreign Purchases; 52.323-33 ? Payment by Electronic Funds Transfer ? Central Contractor Registration; 219-25 ? Small Disadvantaged Business Participation Program ? Disadvantaged Status and Reporting; 52.223-9 ? Estimate of Percentage of Recovered Materials Contrent for EPA ? Designated Products (if applicable); 52.232-33 ? Payment by Electronic Funds Transfer. Proposals in response to this notice from responsible sources shall be submitted no later than 1600 Central Standard Time (CST) 24 March 2004 by fax to (660) 687-4822, ATTN: Sue Myers, Contract Administrator.
 
Place of Performance
Address: 727 Second Street, Suite 124A, Whiteman AFB MO
Zip Code: 65305
Country: United States of America
 
Record
SN00547903-W 20040319/040317222828 (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.