Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2005 FBO #1143
SOLICITATION NOTICE

59 -- Electrical & Electronic Equipment & Components

Notice Date
1/10/2005
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, PLD/DITCO-NCR/PL64, Special Projects Branch, P.O. 4502, Arlington, VA, 22204-4502
 
ZIP Code
22204-4502
 
Solicitation Number
HC1047-05-T-4004
 
Response Due
1/18/2005
 
Description
CLASS CODE/SUBJECT: 59?ELECTRICAL & ELECTRONIC EQUIPMENT AND COMPONENTS SOLICITATION NUMBER: HC1047-05-T-4004 DUE DATE 18 January 2005 This is a brand name or equal combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-16 and Defense Acquisition Circular. The standard industrial classification code is 3825 Instruments for measuring electrical quantities manufacturing, NAICS 334515, 500 employees. This also serves as a notice of intent for Brand Name or Equal basis (Ref. FAR 52.211)- Technical literature must be submitted for "equal" products offered for the government to perform a technical evaluation. No further request will be made to obtain required literature and failure to submit may result in your offer being eliminated from award consideration. Award will be made relative to best overall value. Best value may include, but is not limited to: past performance, technical capability, quality, trade-in considerations, probable life, warranty, maintainability and price. Offers must meet all minimum specifications but offers which exceed minimums may be rated more favorably. The government will not, however, pay an unreasonable amount for additional technical capability and will compare any additional capability to any additional price. Since the government is interested in obtaining the best overall value, award may not go to the lowest overall price if any factors considered justify a higher price. Notwithstanding that technical capability is more important than price, should all offers appear equal, price will become the determining factor in the award decision. DETERMINING FACTOR IN THE AWARD DECISION. Prior to providing pricing, the offeror should take note of the following: The offeror shall provide separate pricing for each of the following contract line item numbers (CLINs). CLIN 0001- Tektronix, RSA3408A, Real-Time Spectrum Analyzer (1 ea) CLIN 0002- Option RSA3408A 1A External Preamp (3Ghz) (1ea), CLIN 0003 ? Option RSA3408A 1R Rackmount (1 ea), CLIN 0004 ? Option RSA3408A 02 65.5 Msample Deep Memory, Frequency Mask Trigger (1ea), CLIN 0005 ? Option RSA3408A 03 External IQ Input (1ea), CLIN 0006 ? Option RSA3408A 05 Digital IQ Output (1 ea), CLIN 0007 ? Option RSA3408A 21 General Purpose Digital Modulation Analysis (1 ea), CLIN 0008 Option RSA3408A 23 W-CDMA Uplink Analysis (1 ea), CLIN 0009 ? Option RSA3408A 24 GSM/EDGE Analysis (1 ea). This procurement will be F.O.B. Destination and delivered to National Assessment Group, 2251 Wyoming Blvd. SE, Kirtland AFB, NM 87117-5609. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government?s right under the Inspection clause, nor does it limit the Government?s rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverables listed in the schedule. The government elects to award any, all, or none of the items above. The contractor shall deliver all items 90 days after date of contract award. FAR 52.212-1 INSTRUCTIONS TO OFFERORS ? COMMERCIAL ITEMS (Jan 2004) is incorporated by reference and applies to this acquisition. Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATION AND CERTIFICATIONS ALT I (May 2004) with proposals. The Provision may be obtained at http:farsite.hill.af.mil. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS ? COMMERCIAL ITEMS (OCT 2003) is incorporated by reference and applies to this acquisition. The following clauses apply to this solicitation and any resultant contract, FAR 52.212-4, FAR 52.222-35, 52.222-37, FAR 52.232-33, FAR 52.222-26, DFARS 252.204-7004, DFARS 252.212-7001, and DFARS 252.225-7001. A firm-fixed price contract will be awarded as a result of this solicitation. The Defense Priorities and Allocation Systems (DPAS) DO-A70. One original signed and dated offer must be submitted via electronic submission to Jill M. Kline, DEFENSE INFORMATION SERVICES AGENCY DISA/DITCO NCR SPECIAL PROJECTS BRANCH (PL64), P.O. BOX 4502, Arlington, VA 22204-4502 by 18 January 2005. For information regarding this solicitation contact Ms. Jill M. Kline, in writing via e-mail jill.kline@disa.mil
 
Place of Performance
Address: Kirtland AFB, NM
Zip Code: 87117-5609
Country: USA
 
Record
SN00732179-W 20050112/050110211537 (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.