Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2005 FBO #1293
SOLICITATION NOTICE

66 -- TEST SUPPORT EQUIPMENT

Notice Date
6/9/2005
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron 205 West D Ave., Suite 541, Eglin AFB, FL, 32542-6862
 
ZIP Code
32542-6862
 
Solicitation Number
F1T0AW5151A100
 
Response Due
6/20/2005
 
Archive Date
7/5/2005
 
Description
The 96th Contracting Squadron, Eglin AFB, Florida intends to solicit, negotiate, and award a Firm-Fixed Price contract for an Aeroflex Celerity CS65100FM Broadband Signal Analyzer and Generator plus options. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, supplemented with additional information included in this notice. This is a Brand Name or Equal requirement. If an ?or equal? is offered the necessary specifications (product literature) must be provided to determine whether the product is an acceptable equal. The announcement number is F1T0AW5151A100 This announcement constitutes the only solicitation; a written solicitation will not be issued. The North American Industry Classification System (NAICS) code 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. The requirement consists of the following items: Line item 0000: (1) ea CS65100FM-18G Broadband Signal Analyzer and Generator with 12 GB of high-speed memory, (10 seconds at max bandwith). Line item 000l: (1)ea 146 GB HD CRTG removable data storage hard drives. Line item 0002: (1)ea KVM 1U rack mount mouse, keyboard and 17? flat panel monitor tray. Line item 0003 (1)ea Transit Case- 15U system transit case. Line Item 0004: (1)ea Training for 2 days at customer facility to include hands on with the system with all installed software packages. All cost for travel reimbursement will be IAW Joint Travel Regulation (JTR). FOB Destination. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-01. FAR Provisions: 52.212-1, Instructions to Offerors-Commercial Items- (Oct.00), and any addenda to the provision as listed in this notice; 52.212-2, Evaluation-Commercial Items- (Jan.99) Evaluation will be based on the following factors: price, price related factors and technical capability to meet the government?s requirements; 52.212-3 Offeror Representations and Certifications-Commercial Items- (May.04) (Offerors must submit a complete copy with the offer. To obtain an electronic copy of 52.212-3 Offeror Representations and Certifications-Commercial Items-(May 04), visit the following web site: http://farsite.hill.af.mil or contact Candida Keller at the e-mail address listed below: (candida.keller@eglin.af.mil); Clauses: 52.212-4 Contract Terms and Conditions?Commercial Items- (Oct.03), and any addenda as listed in this notice; 52.204-7 Central Contractor Registration; 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2005), (a)(1) If the clause at 52.204-7, Central Contractor Registration, is included in this solicitation, paragraph (b) of this provision applies. (2) If the clause at 52.204-7 is not included in this solicitation, and the offeror is currently registered in CCR, and has completed the ORCA electronically, the offeror may choose to use paragraph (b) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: (__) Paragraph (b) applies. (__) Paragraph (b) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (b) The offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. (End of Provision). 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-DEV-(Jan 05); 52.222-3, Convict Labor (8/96); 52.225-1, Buy American Act--Supplies (Jun.03); 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct.03); 52.247-34, F.O.B Destination(11/91); 52.252-2, Clauses Incorporated By Reference-Feb.98 (visit the website: http://farsite.hill.af.mil); 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items-(Jun/04); 252.232.7003, Electronic Submission of Payment Requests (Jan.04); DFARS 252.204-7004, Required Central Contractor Registration (CCR)-(Nov 03). (J-2) WIDE AREA WORK FLOW , WIDE AREA WORK FLOW DODAAC AND EMAIL DISTRIBUTION TABLE, SF 1449, THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF, Invoice Type: INVOICE AND RECEIVING REPORT (COMBO), *Contract Number: See Block #2 of the award , *Delivery Order: See Block #4 of the award if applicable, *Issue Date: See Block #3 of the award, *Issue Date: See Block #3 of the award, *Issue DODAAC: See Block #9 of the award, *Admin DODAAC: See Block #16 of the award, Inspected By DODAAC/Ext: FA2823/F1T1DG, *Ship To Code/Ext: See Contract Line Item, Ship From Code: N/A, *Pay DODAAC: See Block #18a of the award, ADDITIONAL EMAIL NOTIFICATIONS: 1. Inspector: neal.urquhart@eglin.af.mil, 2. Acceptor: Same as 1, 3. Contract Administrator: candida.keller@eglin.af.mil, 4. Contracting Administrator: brisabuonviri@eglin.af.mil , Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. The quote format is at the discretion of the offeror. All responses must be received no later than 4:00 P.M., Central Standard Time on 20 June 2005. Send all quotations by mail to Candida Keller, 205 West D. Avenue, Suite 541, Eglin AFB, FL 32542-6864, or by facsimile to 850-882-4916 Attn: Candida Keller, or by E-mail at candida.keller@eglin.af.mil.
 
Place of Performance
Address: 96th CONS, 205 WEST D. AVENUE, EGLIN AFB, FL
Zip Code: 32542
 
Record
SN00825772-W 20050611/050609212016 (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.