Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2006 FBO #1845
SOLICITATION NOTICE

D -- Agilent Support

Notice Date
12/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
07TC0197-Bishop
 
Response Due
12/15/2006
 
Archive Date
12/30/2006
 
Description
The 37th Contracting Squadron at Lackland AFB intends to award a contract for TF-39 Engine Testing on a sole source basis to Agilent Technologies, 9780 Meridian Boulevard, Englewood CO 80155. Services will be performed in accordance with the statement of work. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Award will be made using Simplified Acquisition Procedures in FAR 13.106-2. All responses that meet the criteria contained within will be considered. This announcement constitutes the only solicitation; quotations are being accepted and a written solicitation will not be issued. Solicitation number 07TC0197 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14 and DFARS Change Notice 20061201. The North American Industry Classification System Code 541511 and size standard $23M apply to this procurement. Contract Line Items (CLINs) for this solicitation are as follows: Item: Quantity: Unit of Issue: CLIN 0001: R-9BC-501 Testhead Maint 3 MO CLIN 0002: E1171AG-EXT Testhead Maint 3 MO CLIN 0003: N1135A ControlPlus Service 12 MO CLIN 0004: E1125A HybridPlus-20 PinCard Maint 3 MO (35 Units) CLIN 0005: E1061A AccessPlus Pin Card Maint 3 MO CLIN 0006: R1729A/3070 Controller Support 12 MO CLIN 0007: E9900A Testhead Support 12 MO CLIN 0008: E9900AG R-9BC-501 Testhead Maint 12 MO CLIN 0009: E9900AG R-9VH-5A1 Testhead Maint 12 MO CLIN 0010: E9925X Controllers R-9BC-501 12 MO CLIN 0011: N1134A ControlXT Cards Service 12 MO CLIN 0012: E1125A ControlXT Cards Service 12 MO CLIN 0013: E4002B HybridPlus-DD20 pin card Service 12 MO (34 Units) CLIN 0014: E9900AG Testhead Maintenance 12 MO CLIN 0015: R1792A/3070 Controller Support 9 MO CLIN 0016: R1889A/3070 SD Pin Card Support 9 MO (2 Units) The period of performance is 20 December 06 through 19 December 07. The place of performance is CPSG, 250 Hall Boulevard, Building 2058 Suite 215, Lackland Air Force Base TX. The following clauses and provisions apply to this acquisition and the full text of each clause may be accessed electronically at http://farsite.hill.af.mil. FAR 52.212-1, Instructions to Offeror--Commercial Items, Addendum: Para (e) of this clause is tailored as follows: (e) Multiple offers. Multiple offers will not be accepted. The Government will award a firm-fixed price contract to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based on the lowest priced technically acceptable proposal. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Offerors are required to complete and update their representations and certifications online at http://www.bpn.gov and include a completed copy of this provision with their quote. FAR 52.212-4, Contract Terms and Conditions- Commercial Items, Addendum: Para (c) of this clause is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. All responses that meet the criteria contained within will be considered. Interested parties capable of providing the above must submit a written quote to include discount terms, tax identification number, cage code, and firm evidence of their ability to perform. FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.233-3, Protest After Award, FAR 52.252-2, Clauses Incorporated By Reference, http://farsite.hill.af.mil or http://www.arnet.gov, FAR 52.252-6, Authorized Deviations in Clauses, fill in: Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2), DFARS 252.204-7003, Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A, Central Contractor (52.204-7) Alternate A, DFARS 252.212-7001 (Deviation), Contract Terms and Conditions required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, DFARS 252.232-7003, Electronic Submission of Payment Requests. To be eligible to receive an award resulting from this solicitation, contractors must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. Quotes should be forwarded to the attention of Rebecca M. Bishop via e-mail rebecca.bishop@lackland.af.mil or by fax to (210) 671-3360. Quotes are due 15 December 2006, 3:00 pm., Central Standard Time (CST). STATEMENT OF WORK IS AS FOLLOWS: STATEMENT OF WORK HP Series III/HP3075 H/W Agilent Technologies 1. SCOPE: This SOW covers hardware support services for the Cryptologic Systems Group (CPSG) Maintenance Directorate located at 250 Hall Blvd Suite 215 San Antonio, Texas 78243. This support encompasses the necessary engineering analysis, technical repair, and parts ensuring maximum serviceability of the Agilent 3075 board test system S/N US38240118 and S/N US31460159. The period of performance is 1 October 2006 ? 30 September 2007. 2. REQUIREMENTS: This work specification establishes the minimum work requirements necessary to perform the cooperative hardware support. The contractor shall furnish all the necessary equipment, transportation cost, material, tools and labor to accomplish the following items. 2.1 Provide telephone access during normal business hours of 8:00 AM ? 5:00 PM central standard time for critical service calls with a maximum response call back time of 2 hours by an Agilent test system expert. Telephone support will continue as necessary until repair action has been satisfactorily accomplished and approved by a qualified CPSG representative. 2.2 Provide overnight shipment of required original OEM parts to CPSG site in support of repair action. 2.3 Provide next business day on-site support if deemed necessary to accomplish repair by a qualified test system support engineer. On-site support will continue as necessary until repair action has been satisfactorily accomplished and approved by a qualified CPSG representative. 2.4 Perform semi-annual calibration and maintenance inspections of applicable testhead resources and as necessary due to replacement or repair of hardware. 2.5 Provide hardware technical expertise as necessary to minimize downtime of Agilent 3075 test system due to hardware failure. 2.6 The CPSG will ensure a qualified hardware maintenance person is available and that the contractor will have on-site access to the test system as deemed necessary by the CPSG. Contact the CPSG/MAPA office at 210-977-2640 for access to Building 2058, Room 239.
 
Place of Performance
Address: 250 Hall Blvd, Lackland AFB, TX
Zip Code: 78236
Country: UNITED STATES
 
Record
SN01195707-W 20061215/061213220515 (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.