Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2006 FBO #1732
SPECIAL NOTICE

66 -- Stand-Alone Logic Analyzer

Notice Date
8/22/2006
 
Notice Type
Special Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-06-T-0162
 
Response Due
8/29/2006
 
Archive Date
10/1/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquistion Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA8601-06-T-0162 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12, 4 August 2006, and class deviation 2005-0001. This acquisition is FULL AND OPEN COMPETITION, competition is unrestricted and all potential sources capable of providing the minimum requirements are eligible to submit a quotation. The associated North American Industry Classification System (NAICS) code is 334515. This RFQ has one line item which includes the following: TWO EACH Logic Analyzer with the following Salient Characteristics: 1. Must be stand-alone logic analyzer; no modules 2. Must have minimum of 10" diagonal display 3. Minimum of 68 channels 4. Minimum of 32 MB of memory 5. Maximum state clock rate of at least 450 MHz 6. Resolution of at least 4 GHz 7. Timer Resolution 2 nS 8. Minimum time between active clock edges 2 nS 9. Timer Value Range 60 nS to 21999 S 10. FOB Destination Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (May 2004), and adhere to FAR 52.212-1, Instructions to Offerors ? Commercial (Jan 2004), which are attached to this announcement. Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose quote is most advantageous to the Government and conforms to the requirements in this solicitation. The Government reserves the right not to make an award at all. By submitting a quote, the offeror acknowledges the requirement that a potential awardee must be registered in the Central Contractor Registration (CCR) prior to award. Quotations may be in any format but must include requirements found in the attached Instructions to Offerors, including: proposing company's name, address and phone; point of contact's name, phone, and email; quotation date; quotation number (if one); unit price (each component priced separately); total price; identify any discounts; how long the quote is valid (minimum of 60 days); lead time after receipt of order; shipping terms of FOB destination; and warranty information/cost. Quotations shall be accompanied by a point-by-point comparison to each minimum requirement. The comparison shall be specific. A general overview, general comparison, or statement such as "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.204-6, Data Universal Numbering System (DUNS) Number; 52.212-1, Instructions to Offerors; 52.212-2, Evaluation Factors [The evaluation factors for the fill-in portion of this provision are: 1) technical capability of the item offered to meet the Government requirements; 2) price, and 3) delivery]. Technical capability is approximately equal to price in the evaluation of the quotation. 52.212-3, Contractor Representations and Certifications; 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) 52.222-25, Affirmative Action Compliance; and 52.252-1, Solicitation Provisions Incorporated by Reference The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items; 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; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disable Veterans; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3 Protest After Award; 52.247-34 FOB Destination; 52.252-2 Clauses Incorporated by Reference (the fill in portion of this clause is: http://farsite.hill/af/mil or http://www.arnet.gov/far); and 52.252-6 Authorized Deviations in Clauses (the fill in portion of this clause is: Defense Federal Acquisition Regulation (48 CFR Chapter 2). The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alt A Required Central Contractor Registration; 252.211-7003, Item Identification and Valuation; 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items: [the following applies to paragraph (b) of this clause: 252.225-7036 ALT 1, Buy American Act-Free Trade Agreements-Balance of Payments Program]; 252.225-7002, Qualifying Country Sources as Subcontractor (Apr 2003); and 252.232-7003, Electronic Submission of Payment Requests The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9201, Ombudsman Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Attachments to the announcement: 1. Representations and Certifications - May 2004 (Return with quotation) 2. FAR 52.212-1, Instructions to Offerors Quotations AND the required point-by-point requirements comparison AND completed representations and certifications are due by 2:30 p.m. (EST), TUESDAY, 29 AUGUST 2006 to: Rachel Hock, 88 CONS/PKBB. Fax is 937-656-1412 (Fax shall state: ATTN: Rachel Hock). E-mail is Rachel.Hock@wpafb.af.mil. Questions should be directed to Rachel Hock at Phone 937-522-4547.
 
Place of Performance
Address: Wright-Patterson AFB OH
Zip Code: 45433
Country: UNITED STATES
 
Record
SN01122084-W 20060824/060822221025 (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  © 1994-2020, Loren Data Corp.