Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2005 FBO #1181
SOLICITATION NOTICE

59 -- RCM 3100 RABBIT CORE MODULE

Notice Date
2/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-05-T-0050
 
Response Due
3/11/2005
 
Archive Date
5/10/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Description: (i) This is a combined synopsis/solicitation for commercial items 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 so licitation. Quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX05T0050. This acquisition is issued as a Request For Quote (RFQ). (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25. (iv) This acquisition is being issued as a Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 334418. and the small business size standard is 500 employees. (v) Item and specifications: (0001) Rabbit 3100 Microprocessor at 29.4 MHz 512K Flash 512K SRAM 54 Digital I/O Pulse-width Modulators; 10-bit free-running counter and 4 pulse-width registers input Capture: 2-channel input capture can be used to time input signals Quadrature Decoder: 2-channel Quadrature Decoder accepts input capture can be used to time input signals Quadrature Decoder accepts inputs from external incremental encoder modules 6 serial ports (IrDA, SDLC/HDLC, Async, SPI) Pow er: 3.15-3.45V DC, 75mA @3.3V Operating Temp: -40 deg C to +85 deg C board size: 1.85x1.6. Quantity 1000 each. (0002) Shipping/Freight Charges. Delivery is required no later than 90 days after award to FOB Origin: US Army Research Laboratory, Bldg 164 6, White Sands Missile Range, NM 88002-5513. (vii) The following FAR provisions/clauses apply: 52.212-1, Instructions to Offerors -- Commercial, 52.212-2, Evaluation -- Commercial Items and Criteria, 52.212-3, Offeror Representations and Certifications - - Commercial Items, 52.212-4, Contract Terms and Conditions -- Commercial Items, 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. 52.219-8, Utilization of Small Business Concerns, 52.210-14 Lim itations on Subcontracting, 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.212-35, Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.212- 36, Affirmative Action for Workers with Disabilities, 52.212-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products, 52.232-33, Payments by Electronic Funds Transfer-CCR, 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a), 52.215-7, Annual Representations and Certifications (10/97). The foll owing DFAR clauses apply: 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items. 252.225-7001, Buy American Act and Balance of Payments Program (MAR 1998) (41 U .S.C. 10a-10d, E.O. 10582), 252.227-7015, Technical Data-Commercial Items (NOV 1995), 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999). Local Clauses that are part of this award is available on the ARL website: http://w3.arl. army.mil/contracts/kosol.htm under Solicitation W911QX-05-T-0050. (viii) The provision at FAR 52.212-2, Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision ar e as follows: price, delivery, technical, and past performance. The technical evaluation will be a determination as to whether the proposed product meets the technical specifications based upon information furnished by the vendor. The government is not r esponsible for locating or securing any information, which is not identified in the proposal. If the vendor proposes to modify a product so as to make it confo rm to the requirements of the solicitation, the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by th e Offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the Offeror, past record of meeting delivery schedules. Off erors must include records of three recent sales and identify a point of contact for each by providing a name and phone number. The government will award a contract to the Offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. (ix) Offerors shall include a completed copy of the provision at FAR 52.212-3 Offeror Representation and Certifications - with it s offer. (x) Offerors are due by COB on 11 March 2005 to gmormon@arl.army.mil. (xii) For information regarding this solicitation, please contact Gloria Mormon, Contracting Specialist at gmormon@arl.army.mil.
 
Place of Performance
Address: RDECOM Acquisition Center - WSMR ATTN: AMSRD-ACC-AW, Building 1624 WSMR NM
Zip Code: 88002-5513
Country: US
 
Record
SN00753691-W 20050219/050217212028 (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.