Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2006 FBO #1819
SOLICITATION NOTICE

63 -- DDS Signal Generators

Notice Date
7/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX, 78236-5253
 
ZIP Code
78236-5253
 
Solicitation Number
Reference-Number-F2M5446101A100
 
Response Due
7/31/2006
 
Point of Contact
Terrie Seybold, Contract Specialist, Phone 210-671-1755, Fax 210-671-1199, - Anita Guadiano, Contract Specialist, Phone (210)671-6081, Fax (210)671-3179,
 
E-Mail Address
terrie.seybold@lackland.af.mil, anita.guadiano@lackland.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and 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 synopsis is being prepared IAW FAR Part 5. This announcement constitutes the only solicitation; proposals are not being requested and a written solicitation will not be issued. No request for proposal is requested and any information received will be considered solely for the purpose of determining whether to conduct a future competitive procurement. A determination by the government not to compete this requirement is solely within the discretion of the Government. Any information provided should include the following: Name, Address, Telephone Number, Specifications, Discount terms and Unit Pricing or Catalog Pricing. Any offeror desiring to submit an offer or information must do so by 1600 CST on 31 Jul 2006. The solicitation number for this procurement is F2M5446101A100. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-11 and DFARS Change Notice 20060711. This procurement is set aside 100% for small business and falls under the North American Industry Classification System (NAICS) classification 334515 (size standard 500 employees) and the Standard Industry Code of 3845. The following provisions and clauses apply to this acquisition and may be found at http://farsite.hill.af.mil: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.213-3 Alt-I (Offerors must have their representations and certifications registered at http://orca.bpn.gov) FAR 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes (Feb 2006) or Executive Orders-Commercial Items, FAR 52.211-17 Delivery of Excess Quantities, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.233-3 Protest After Award, FAR 52.247-34 FOB Destination, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, FAR 52.223-3 Hazardous Materials, DFARS 252.204-7004 Alt A Required CCR Registration, DFARS 252.232-7003 Electronic Submission of Payment, DFARS 252.212-7001 (Dev) Contract Terms and Conditions, DFARS 252.243-7001 Pricing of Contract Modifications, DFARS 252.246-7000 Material Inspection and Receiving Reports. The 37th Contracting Squadron intends to award a sole source purchase order (PO) to NOVATECH Instruments, Inc., 17713 15th Avenue NE, Suite 203, Seattle, Washington, 98155-5383 for the following item: NOVATECH DDS Signal Generator Model 1940A/S-04; 4 each. Additional information regarding the specifications for this DDS Signal Generator Model 1940A can be found at http://www.novatech-instr.com. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION: 1. Contracting Activity – Department of the Air Force, 37th Contracting Squadron LGCBD, 1655 Selfridge Avenue, Bldg 5450, Rm 206, Lackland AFB, TX 78236-5253. 2. Nature and/or description of action being processed- This will be a firm fixed-price contract for four Novatech Model 1940A/S-04 DDS Signal Generators exclusively manufactured and distributed by NOVATECH INSTRUMENTS, INC. 3. Description of the supplies/services required to meet the agency’s needs- 310th MI BN, Bldg 4552, 4553 Pike Rd, Ft Meade, MD 20755-5995 needs to purchase four DDS Signal Generators capable of producing four simultaneous RF outputs at frequencies and amplitudes necessary to drive simulators already in use for the purposes of training in the TEMPEST element. The specified DDS Signal Generators manufactured and distributed by NOVATECH are currently in use and make it necessary to purchase the additional items to maintain consistency in equipment. 4. Statutory Authority permitting other than full and open competition- 10 U.S.C. 2330 (b)(1)(ii) as amended by section 801 of the national defense authorization act for fiscal year 2002 and Federal Regulation (FAR) 8.404 and FAR 6.302-1. 5. Demonstration that Brand’s unique qualifications or nature of the acquisition requires the use of only one particular brand authority- Simulators purchased by the National Security Agency (NSA) for the TEMPEST Element training program require signal generators capable of producing four simultaneous outputs at frequencies and amplitudes sufficient to drive the simulators. The DDS Signal Generators Model 1940A/S-04 manufactured and distributed by NOVATECH Inc are the only Signal Generators currently on the market capable of accomplishing this requirement. No other piece of equipment satisfactorily provides the capabilities of the NOVATECH Model 1940A/S-04 DDS Signal Generator. 6. Description of efforts made to ensure that offers are solicited from as many potential sources as deemed practicable- NOVATECH is the only company that makes or distributes this signal generator. An internet search was conducted by both the end user and contracting specialist to locate companies capable of providing this item. The specifications for this signal generator were sent to more than one company specializing in signal generators. Of those companies who responded all indicated that that they did not have a product that could accomplish the same results at this time. 7. Determination by the contracting officer that the anticipated cost to the government will be fair and reasonable- The contracting Officer shall determine the price offered to be fair and reasonable through one or more of the following: A. Comparison of proposed prices (FAR 15.404-1(b)(2)(i)) B. Comparison of previously proposed priced and previous Government and commercial contract prices with current proposed prices for the same or similar items (FAR 15.404-1(b)(2)(ii)) C. Comparison with competitive published price lists, published market prices of commodities, similar indexes, and discount or rebate arrangements (FAR 15.404-1(b)(2)(iv)) D. Comparison of proposed prices with independent government cost estimates. (FAR 15.404-1(b)(2)(v)) E. Comparison of proposed prices with prices obtained through open market research for the same or similar items. (FAR 15.404-1(b)(2)(vi)) F. Analysis of pricing information provided by the offeror. (FAR 15.404-1(b)(2)(vii)) G. The CO’s personal knowledge of the item being purchased. 8. Description of the market research conducted and the results, or a statement of the reasons market research was not conducted- The 344 TRS TEMPEST Element conducted research to locate signal generators capable of providing the outputs required to drive the simulators purchased for the TEMPEST training element by the NSA. The contracting specialist assigned to this acquisition conducted market research on the internet and through the Small Business dynamic business search and found that there was no other company that produced a DDS Signal Generator capable of the same functions as specified by the NOVATECH DDS Signal Generators. NOVATECH Instruments Inc. is the only known source that can satisfy the government’s requirement. The cost of having another company develop or adapt a similar signal generator would be prohibitive. Other alternatives are cost prohibitive as well. This procurement is being synopsized IAW FAR Part 5. The anticipated award date is 1 Aug 06. Delivery is expected six weeks after receipt of contract. The POC’s for this acquisition are: Terrie Seybold at 210-671-1755 or via e-mail at: terrie.seybold@lackland.af.mil or Ms. Anita L. Guadiano at 210-671-1772 or via e-mail at anita.guadiano@lackland.af.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (28-JUL-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 17-NOV-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AETC/LackAFBCS/Reference-Number-F2M5446101A100/listing.html)
 
Place of Performance
Address: Ft Meade, MD
Zip Code: 20755-5995
Country: UNITED STATES
 
Record
SN01183607-F 20061119/061117223856 (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.