Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2007 FBO #2208
SOLICITATION NOTICE

59 -- Signal Conditioner Chassis and accompanying attachments. Please see complete description below.

Notice Date
12/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
517911 — Telecommunications Resellers
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK08T0066
 
Response Due
12/14/2007
 
Archive Date
2/12/2008
 
Point of Contact
Robin Donovan, 410-278-0876
 
E-Mail Address
Email your questions to ACA, Aberdeen Proving Ground
(robin.donovan@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. This acquisition is issued as a Request for Quotes (RFQ). The c ombined synopsis/solicitation number is W91ZLK-08-T-0066. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-14. The associated North America Industry Classification System ( NAICS) Code 517911 and the business size standard is 1500. This solicitation is 100%set Aside for Small Business. The Government contemplates award of Firm-Fixed Price contract. Description of Requirements: CLIN 0001  Signal Conditioner Chassis  Prec ision Filters 28016A-M3 Standard 28000 16-slot chassis with integral cooling  8 EA; CLIN0002  Power Supply 120 VAC, Part # 28016-ACPS-1  8 EA; CLIN0003  Interface Module  Part # 28016B-BIF1-T  8 EA; CLIN0004  Quad Channel Wide Band bridge Condition er with 6-Pole Bessel Filter Card  Part # 28134-FX01-BE6-M103  64 EA; CLIN0005  System Control Software for Telnet  Part # 28000-SYS-SW  8 EA; CLIN0006  Signal Conmditioner Card, 3 pole Bessel Filters with Differential Output  Part # 28208-F01-BE3-T  8 EA; CLIN0007  8 Channel Isothermal Block  Part # 28208-1-ITB1  8 EA; CLIN0008  Quad-Wide Bande Charge/IEPE Conditioner  Part # 28334A-FX01-BE6-T-M101  16 EA; CLIN0009  Freight Charges  FOB - Destination. These instruments must be compatible wi th existing Government-owned software and equipment. Delivery shall be made to Aberdeen Proving Ground, MD, 21005. The following clauses will be incorporated by referrence: 52.209-6 Protecting the Governments Interest When Subcontracting with contractor s debarred, suspended or proposed for debarment; 52.212-4 Contract Terms and Conditions Commercial Items. 52.223-11 Ozone-Depleting Substances, 52.247-34 FOB Destination. The provision at 52.212-1 Instruction to Offerors Commercial applies to this acquisi tion. The provision at 52.212-2, Evaluation of Commercial Items is applicable to this acquisition. The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnish ed by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. Offeror shall include a completed copy of the provision at 52.212-3, Offerors Representations and Certifications Commercial Items, and DFARS 252.212-7000, Offeror Representation and certification with its offer. The clause at 52.212-5, Contr act terms and Conditions required to implement statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Go vernment, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402), FAR 52.219-8, Utilization of Small Business Concerns, FAR 52.219-14 Limitations on Subcontracting, FAR 52.222-19 Child Labor Cooperation With Authorities and Remedies, FAR 52.222-21 Prohibitio n of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222- 37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era, FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.232-33 Payment by Electronic Funds Transfer  Central Contractor Registration (May 1999). DFAR clause Contract Term s and Conditions required to Implement Statutues or Executive Orders applicable to Defense Acquisitions of Commercial Items. The following additional DFAR cla uses cited in the clause 252.212-7001 are applicable: 52.203-3 Gratuities, 252.225-7001 Buy America and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7015 Preference of Domestic Hand and Measuring Tools, 252. 232-7003 Electronic Submission of Payment Requests. The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil . Quotations must be signed, dated and received by 12:00 NOON Friday, 14 December 2007 via f ax at 410-306-3829 or email to robin.donovan@us.army.mil at the US Army Contracting Agency, Directorate of Contracting, Attention: SFCA-NR-APC-T, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. All quotations from responsible sources wil l be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concern ing this Request for Quotation contact Robin Donovan, Contract Specialist, via email at robin.donovan@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN01467731-W 20071213/071211224047 (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.