Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2005 FBO #1263
SOLICITATION NOTICE

66 -- Spectrum Analyzers & Signal Generators

Notice Date
5/10/2005
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (HQ AMC/A7KF), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5015
 
ZIP Code
62265-5015
 
Solicitation Number
FA4452-05-R-0009
 
Response Due
5/18/2005
 
Archive Date
6/2/2005
 
Point of Contact
Rickey Mabry, Contracting Officer, Phone (618)256-9964, Fax (618)256-3091, - Paula Teague, Contract Specialist, Phone 618-256-9950, Fax 618-256-3091,
 
E-Mail Address
Rickey.Mabry@scott.af.mil, Paula.Teague@scott.af.mil
 
Description
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 solicitation; proposals are being requested and a written solicitation will not be issued. AMC Contracting Flight intends to solicit and award a firm-fixed price contract, under Federal Acquisition Regulation (FAR) Part 12 and 13. The North American Industry Classification System (NAICS) for this acquisition is 334515 with a Small Business Size Standard of 500 employees. Please identify your business size in your response based upon this standard. This is a Full and Open Competition Requirement. The solicitation number for this announcement is Request for Proposal (RFP) FA4452-05-R-0009. This requirement is for Brand Name or Equal, Agilent Technologies, Spectrum Analyzer, model number E4405B, without options; and Signal Generator, model number E8257D, with options 1E1, 1ED, 520, 1CN, UNW, CD1, ABA, 0BW, UK6 and 9211-7481. The salient characteristics for an “Equal” Spectrum Analyzer are 9-13 GHz Spectrum Analyzer: sensitivity –166dBm, amplitude accuracy +/- 0.4 dB. The salient characteristic for an “Equal” Signal Generator are Signal Generator 250Khz to 20Ghz: resolution .001 Hz, step attenuator, type N connector, internal narrow pulse modulator, with options RF output connector, commercial calibration certificate and test data, front handle kit, English documentation set, printed copy of assembly-level service guide, transit case and 1 year warranty. The quantity is 3 each for a total of 6 items. Delivery is 30-60 days after receipt of order at 1902 E. 3rd St., McGuire AFB, NJ 08641 on an FOB Destination basis. Information shall be provided in a format that reflects the price per item and a total price. Total cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. If proposing “Equal” products be sure to submit documentation, which demonstrates the item’s compliance with the salient characteristics as mentioned above. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement for all line items. Offerors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certification – Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders – Commercial Items, applies to this acquisition, with the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantage Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor—Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action 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; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; 252.225-7036, Buy American Act – Free Trade Agreements – Balance of Payments Program; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea. This is a DO rated order under the Defense Priorities and Allocations System (DPAS). All offers are due to this agency no later than 12:00 noon, Central Standard Time (CST), 18 May 2005. Send all offers to Rickey Mabry, 507 Symington Dr. Rm W202, Scott AFB, IL 62225-5022, or by facsimile to 618-256-3091, or e-mail to Rickey.Mabry@scott.af.mil. To view the clauses in full text, visit www.arnet.gov. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (10-MAY-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/AMCLGCF/FA4452-05-R-0009/listing.html)
 
Place of Performance
Address: Ship To: 305 CS/SCMF TSgt Roy Kunsky 1902 E. 3rd St. McGuire AFB, NJ 08641
Zip Code: 08641
Country: United States
 
Record
SN00804267-F 20050512/050510212546 (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.