Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
SOLICITATION NOTICE

58 -- AMETEK DIGITAL FAULT RECORDERS AND COMMISSIONING

Notice Date
7/18/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
12155 W. Alameda Parkway Lakewood, CO
 
ZIP Code
00000
 
Solicitation Number
DE-RQ65-07WG75761
 
Response Due
7/24/2007
 
Archive Date
1/24/2008
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. Solicitation DE-RQ65-07WG75761 is therefore, issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. A fixed price contract will be awarded using Simplified Acquisition Procedures. This solicitation and subsequent procurement is 100% set aside for small business concerns. The North American Industry Classification System Code is 334515 and the business size standard is 500 employees. Requirements are as follows: Brand name or equal to Ametek TR-2000 Multi-Function digital fault recorder with 96 analog and 192 digital channels. The new DFR system will consist of three TR-2000 chassis, a 19??? ??? 8U rack mount, with a total of 96 analog inputs and 192 digital channels. This recorder has a maximum sample rate of 384 samples per cycle. This is a loose piece unit with no cables or other hardware. There is also a requirement for a Ametek-qualified field service engineer for the connection, calibration, setup and commissioning of the five (5) TR-2000 recorders at Glen Canyon Substation, Arizona. THE FULL REQUIREMENT IS LISTED ON ATTACHMENTS 1 AND 2, ALONG WITH NECESSARY CLARIFICATIONS. There are four (4) separate documents listed as attachments to this combined synopsis/solicitation. The following FAR clauses/provisions are applicable to this acquisition: FAR Clause/Provisions, 52.211-5 ???Material Requirements???, 52.219-6 ???Notice of Total Small Business Set-aside??? alternate 1, 52.219-8 ???Utilization of Small Business Concerns???, 52.222-3 ???Convict Labor???, 52.222-19 ???Child Labor???, 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, 52.225-1 ???Buy American Act???Supplies??? 52.225-13 ???Restrictions on Certain Foreign Purchases???, 52.232-33 ???Payment by Electronic Funds Transfer-Central Contractor Registration???52.243-1 ???Changes???Fixed Price???, 52.244-6 ???Subcontracts for Commercial Items???, Instructions to Offerors Commercial Items, 52.212-4, Offerors responding to this announcement must provide the information contained in 52.212-1, Instructions to Offerors Commercial Items and must include a completed copy of provisions 52.212-3, Offeror Representations and Certifications Commercial Items. The offeror must also provide its Contractor Establishment code (DUNS Number) and Tax Identification Number (TIN). The Government intends to award to the responsible contractor whose quotation is most advantageous to the Government considering price and price-related factors, such as availability and technical specification compliance. The written proposals and the above required information must be received at this office on or before July 24, 2007, by 12:00 p.m. Mountain Time. Point of contact for information regarding this requirement is Iris Cotto, Contract Specialist, 602-605-2503; FAX 602-605-2483. Faxed responses are acceptable. E-mailed responses are also acceptable to cotto@wapa.gov. All responsible sources may submit a proposal/quote, which will be considered by the agency.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/857971A950554B408525731C00718EEC?OpenDocument)
 
Record
SN01345258-W 20070720/070718220633 (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.