Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2004 FBO #0955
SOLICITATION NOTICE

A -- Signal Injection and Measurement System

Notice Date
7/6/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-04-T-0106
 
Response Due
7/15/2004
 
Archive Date
8/16/2004
 
Point of Contact
Rachel A. Hock,(937) 257-6147 ext 4223
 
E-Mail Address
Email your questions to rachel.hock@wpafb.af.mil
(rachel.hock@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The solicitation number is FA8601-04-T-0106. Quotations are due by NOON (Eastern Standard Time), Thursday, 15 July 2004, to the point of contact identified at the end of this message. The Government intends to solicit a Brand Name, All or None Requirement, as provided in this combined synopsis/soliciation and the attached requirements to this notice. North American Industry Classification System (NAICS) code 334516; Standard Industrial Classification (SIC) code 3826; Federal Supply Classification (FSC) 6625. Small business size standard is: 500 employees. This notice is prepared in accordance with the format in FAR Subpart 12.6. This announcement constitutes the only soliciation; quotes are being requested. No paper copies of this soliciation will be issued. The proposed purchase is for a Signal Injection and Measurement System (1 each). It is required all components be from one source and be the same brand. All quotations received must provide a system with signal generating and measurements results controlled by a computer interface that can control almost all signal outputs, bias settings, and input ranging. Individual components are required to "talk to each other" during the automated measurements. Quotations must include system components that meet the attached requirements. These requirements are available under this solicitation number at http://www.pixs.wpafb.af.mil/. Contract financing will NOT be provided for this acquistion. By submitting a quote, the quoter acknowledges the requirement that a potential awardee must be registered in the Central Contractor Registration prior to award. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The Government reserves the right not to make an award at all. The Government intends to award a purchase order resulting from this soliciation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate quotes in respective order: technical, past performance, price, and delivery time. The ability of one source to provide the technical requirements of the system and a proven past performance of the proposed system is more important than price. Technical: All components of the system must be from one source and be of the same brand name. Evaluation includes identifying all components on attached requirements are provided; the ability of all required components to interface and "talk to each other" within the system to perform the required signal injection and measurement tasks and analysis; and warranty provisions. The ability to provide existing components that do not require further development in order to operate is also required. Past Performance: The proposed system is required to have satisfactory proven performance. Evaluation will include review of information provided by quoter and generally obtained information about the system. Price: The price of the proposed system is required to be fair and reasonable. Evaluation will include a review of the system+s capabilities compared to price most advantageous to the Government. Because proposed purchase is for an educational facility, educational discounts, or other discounts, offered will be reviewed. Delivery Time: Delivery time should not be delayed due to developmental time since the technical requirement includes provision that system components do not require further development in order to obtain operating ability. Quotations may be in any format but must include: proposing company+s name, address and phone; point of contact+s name, phone and email; quotation number and/or date; unit price--price each component separately; total price; identify discounts; how long the quote is valid; lead time; shipping terms of FOB Destination; and warranty information and price. Quotations must include or be accompanied by: 1. a technical point-by-point capabilities package demonstrating the ability of the proposed system to perform according to attached requirements and the information provided in this notice. 2. supporting documentation that demonstrates/proves the ability of the proposed system to interface and operate to produce required results by other entities who have purchased the same or similar system from the the quoting company in the past. 3. written documentation that all proposed components are readily available and do not require further development in order to obtain operating ability; 4. other descriptive literature which allows the Government to make a complete evaluation 5. completed Representatations and Certifications (http://www.pixs.wpafb.af.mil under this solicitation number) (FAR 52.212-3). The following Federal Acquisition Regulation provisions apply to this acquisition: 52.204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.212-1, Instructions to Offeror; 52.212-3 Contractor Representations and Certifications; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-25 Affirmative Action Compliance; 52.222-26 Equal Opportunity; 52.222- 35 Equal Opportunity for Disable Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Vets of the Vietnam Era and Other Eligible Veterans; 52.222-38 Compliance with Veteran Employment Reporting Requirements; 52-225-1 Buy American Act - Supplies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3 Protest After Award; 52.252-2 Clauses Incorporated by Reference; 52.252-6 Authorized Deviations in Clauses. The following DFARS Clauses apply to this acquisition: 252.204-7004 Alt A Required Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items [for paragraph (b) of this clause, the following applies: 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7012 Preference for Certain Domestic Commodities; and 252.232-7003 Electronic Submission of Payment Requests]. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Attachments: 1. Requirements 2. Representations and Certifications (Must be returned with quotation) 3. FAR 52.212-1, Instructions to Offerors Quotations are due by NOON (Eastern Standard Time), Thursday, 15 July 2004 to: Rachel Hock, 88 ABW/PKSB. Fax is 937-257-3936 (ATTN: Rachel Hock). E-mail is Rachel.Hock@wpafb.af.mil. Questions should be directed to Rachel Hock at Phone 937-257-6147 ext. 4223. All information regarding this acquisition will be posted on the World Wide Web at http://www.pixs.wpafb.af.mil. For more information on 04T0106--Signal Injection and Measurement System please refer to http://www.pixs.wpafb.af.mil/pixslibr/04T0106/04T0106.asp
 
Web Link
04T0106-Signal Injection and Measurement System
(http://www.pixs.wpafb.af.mil/pixslibr/04T0106/04T0106.asp)
 
Place of Performance
Address: Wright-Patterson AFB OH 45433
Zip Code: 45433
Country: USA
 
Record
SN00615542-W 20040708/040706211747 (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.