Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2006 FBO #1700
SOLICITATION NOTICE

59 -- Chassis & Boards

Notice Date
7/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
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
Reference-Number-F1T1DG6184A1
 
Response Due
7/31/2006
 
Archive Date
8/31/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Brand Name Solicitation. The 96 Contracting Squadron, 96 CONS/MSCBA at Eglin AFB, Florida intends to solicit, negotiate, and award a Firm-Fixed Price contract for Calculex Record and Replay Chassis Components. 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; a quotation is being requested, and a written request for quotation will not be issued. This solicitation is issued as Request for Quotation (RFQ) FIT1DH6184A1. The North American Industry Classification System (NAICS) code for this acquisition is 334119, with small business standard size 1000 employees. This notice is a 100% small business set-aside requirement. Please identify your business size in your response based upon this standard. Offerors shall provide a brand name or equal. FAR Clause 52.211-6 Brand Name or Equal applies to this acquisition. Offerors providing an or-equal product shall provide specification sheets or product literature for evaluation by the requesting activity with their proposal submission. Items are to be delivered to 201 W. Eglin Blvd. Bldg 380 Ste 124 Eglin AFB, FL 32542. Brand Name Justification Statement: After conducting a thorough, systematic examination of currently available products to meet our technical requirements, the Calculex brand has been selected. In order to determine the technically acceptable products to satisfy our unique Disk-based Record and Replay requirements, we evaluated the following manufacturers: Acroamatics, Apogee Labs Incorporated, L-3Com/Aydin Incorporated, and concluded that Calculex, Inc. offers the best value to the Government. Some critical factors considered in our technical evaluation are: Integration and compatibility with existing hardware and software, standard configuration interface, Interoperabllity, reliability, form factors, and technical support. Other Important but secondary factors include: compatibility with existing equipment and in-house technical knowledge with the Calculex product line. The government intends to acquire the required Calculex products from the vendor that offers the best value to the Government. This requirement is for: CLIN 0001, Qty (2) Two, Each; CHASSIS - Calculex Disk-based IRIG 106 Chapter 10, 4U Rackmount Recording and Replay chassis, with 5 user input and 5 user output slots. Host software includes built-in test software, diagnostics, help screens, Chapter 10 TMATS Builder, and Chapter 10 Data Validator. IRIG Time Code Recording and Reproduction is included. Also contains Front touch-screen control and status panel. 95-240VAC, 50-60Hz, input voltage. (Calculex Model # CSR-2300L) CLIN 0002, Qty (2) Two, Each; BOARD - Calculex 8xChannel PCM Input Module 0-20Mbps (Calculex Model # CSR-2112) CLIN 0003, Qty (2) Two, Each; Board - Calculex 8xChannel PCM Output Module 0-20Mbps (Calculex Model # CLR-2112) For questions, contact Ms. Lorna J. Hendrix by email only, lorna.hendrix@eglin.af.mil . The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-11. FAR 52.212-1; Instructions to Offerors-Commercial Items; and any addenda to the provision as listed in this notice; FAR 52.212-2; Evaluation ? Commercial Items. Evaluation will be based on the following factors: price and technical (capability of item(s) offered to meet the government?s needs); when combined are approximately equal. FAR 52.212-3, Offeror Representations and Certifications?Commercial Items. Proposals shall include a completed copy of the provision 52.212-3. Failure to do so may result in your proposal being considered non-responsive. FAR 52.204-7 Central Contractor Registration; Registration with the Central Contractor Registry (CCR) is mandatory. FAR 52.212-4 Contract Terms and Conditions ? Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? (DEV) Commercial Items, incorporating the following: 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.219-6; Notice of Total Small Business Set-Aside 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, Equal Opportunity 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; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration; 52.247-34, F.O.B Destination; 52.252-2, Clauses Incorporated By Reference (Feb 98), which reads as follows: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause); 52.252-6, --Authorized Deviations in Clauses (Apr 1984) which reads as follows: a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ?(DEVIATION)? after the date of the clause. (b) The use in this solicitation or contract of any DFARS. (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ?(DEVIATION)? after the name of the regulation. (End of Clause) DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: DFARS 252.225-7001- Buy American Act and Balance of Payments Program; DFARS 252.232-7003, Electronic submission of payment requests; DFARS 252.247-7023, Transportation of Supplies by Sea w/Alternate III DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.204-7004A, Required Central Contractor Registration Local J-2, Wide Area Work Flow. Local J-2 reads as follows: 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 DODAAC: See Block #9 of the award *Admin DODAAC: See Block #16 of the award Inspected By DODAAC/Ext: F1T1DG *Ship To Code/Ext: See Contract Line Item Ship From Code: *Pay DODAAC: See Block #18a of the award ADDITIONAL EMAIL NOTIFICATIONS: 1. neal.urquhart@eglin.af.mil: Inspector/Acceptor 2. linda.hardy@eglin.af.mil: Customer POC 3. vincent.steiner@eglin.af.mil: Customer POC 2. lorna.hendrix@eglin.af.mil : Contract Specialist 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. (end of clause) To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil. The quote format is at the discretion of the offeror. If your company is capable of providing this item, pricing and product literature must be received NLT 2:00 PM., Central Time on 31 July 2006. Anticipated award date is four days after the due date. Send all packages to 96 CONS/MSCBA, Attn: Lorna J. Hendrix or Jonathan A. Heitkam, 205 West D. Ave, Suite 541, Eglin AFB Florida, 32542-6862; or by facsimile to (850) 882-1680 or email at lorna.hendrix@eglin.af.mil or jonathan.heitkam@eglin.af.mil .
 
Place of Performance
Address: 201 W. Eglin Blvd., Ste 124, Bldg. 380, Eglin AFB, FL 32542
Zip Code: 32542
Country: UNITED STATES
 
Record
SN01095007-W 20060723/060721220924 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.