Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2007 FBO #1937
SOLICITATION NOTICE

66 -- Microwave/Analog/Waveform Generators

Notice Date
3/15/2007
 
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, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA8751-07-R-0003
 
Response Due
3/26/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a solicitation for commercial items being acquired under the FAR 13.5 Test Program using the simplified acquisition procedure. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-07-R-0003 is issued as a REQUEST FOR PROPOSAL. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-15 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 200 70212. This procurement is being issued as total small business set-aside under NAICS code 334515 small business size standard 500 employees. One of the three items is a brand name only requirement. If a vendor is low bidder for the Microwave Analog Signal Generators and the Analog Signal Generators, but is not an authorized reseller for the waveform generator, this requirement will be split into 2 orders. The contractor shall provide the following items on a firm fixed price basis: Qty Item 3 each Microwave Analog Signal Generator - See Attachment 1 for specifications 2 each Analog Signal Generator - See Attachment 2 for specification 2 each P/N: 33250A Mfr: Agilent* Function/arbitrary waveform generator, 80MHz sine and square waveforms; ramp, triangle, noise and dc waveforms; pulse capability with variable edge,; 12-bit 200 msa/s 64 k point arbitrary waveforms,; AM, FM & FSK burst (all internal/external); linear & logarithmic sweeps and burst operation modes; graph mode for visual verification of signal settings, intuilink software plus GPIB & RS-232 interface, 1 year return-to-Agilent warranty extended to 3 years, English printed manual set; full documentation on CD ROM, and power cord. *Brand Name Justification: These are Arbitrary Waveform Generators that operate up to 80 MHz. The key capabilities are the remote control capability and the ability to output arbitrary waveforms. This item is required due to its compatibility with existing hardware and software. These items will be regularly swapped with exisitng Arbitrary Waveform Generators of the same model to maintain radar system operations during mandatory PMEL calibration cycles. This requirement is of an URGENT nature. The place of delivery, acceptance and FOB destination point is AFRL/IF, Rome, NY. The provision at 52.212-1, Instructions to Offerors ? Commercial Items (JAN 2006), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: Price Proposals are due at or before 2 PM, 26 March 2007. Email price proposal along with product specifications to Janet.sheehan@rl.af.mil. Central Contractor Registration (CCR) and Online Representation and Certifications Application (ORCA). To be eligible to receive a contract award from a Department of Defense (DoD) activity, you must be registered in the DoD Central Contractor Registration (CCR) Database and have an active Online Representation and Certifications Application (ORCA). To register for CCR, access the CCR Home Page at http://www.ccr.gov/. To register on ORCA, access the ORCA Home Page at http://orca.bpn.gov/. The Government will award a firm fixed price contract in accordance with Simplified Acquisition Procedures resulting from this solicitation to the responsible and capable offeror based on price and offeror's past performance. Past performance may be obtained by the Government from a wide variety of sources both inside and outside the Federal Government. Vendors are not required to submit past performance information with price proposal. Please pay particular attention to the following FAR and DFAR clauses which are applicable to this acquisition. This is not a complete list of clauses. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (SEP 2005), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (APR 2006), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside (June 2003) 52.219-8, Utilization of Small Business Concerns (May 2004) 52.219-14, Limitations on Subcontracting (Dec 1996) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003) 52.252-2 - Clauses Incorporated by Reference. 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: http://farsite.hill.af.mil The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAY 2006), applies to this acquisition. The following additional FAR and DFARs clauses cited in the clause are applicable to this acquisition: 52.203-3, Gratuities (APR 1984) 252.232-7003 Electronic Submission of Payment Requests (MAY 2006). DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your electronic proposal that your company is able to submit electronic invoices as set forth in the clause. 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (SEP 2004) 252.225-7012, Preference for Certain Domestic Commodities (JUN 2004) 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program (JUN 2005) 252.243-7002, Requests for Equitable Adjustment (MAR 1998) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (SEP 2004) 252.225-7035, Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate. 5352.201-9001, OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Susan Hunter, 1864 Forth Street, Ste 1, Wright-Patterson OH 45433-7132, (937)-255-5036, COM: 937-255-7754. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.
 
Record
SN01251857-W 20070317/070315220927 (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.