Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2008 FBO #2291
SOLICITATION NOTICE

59 -- Electrical and electronic equipment components

Notice Date
3/3/2008
 
Notice Type
Solicitation Notice
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, DC, 20237, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
CON-08-0003-PB
 
Response Due
3/14/2008
 
Archive Date
3/29/2008
 
Point of Contact
Phyllis Bryan, Contracting Officer, Phone 202-619-2662, Fax 202-205-1921, - Gary Hosford, Contracting Officer, Phone 202-619-2946, Fax 202-260-0855
 
E-Mail Address
pbryan@ibb.gov, ghosford@ibb.gov
 
Description
The Broadcasting Board of Governors/International Broadcasting Bureau (BBG/IBB), Office of Contracts, Simplified Acquisition Branch (CON/SA) has a requirement to procure the below listed items using the Test Program for Certain Commercial Items specified in Subpart 13.500 of the Federal Acquisition Regulation (FAR). Pursuant to FAR 12.603, the following constitutes both the synopsis and solicitation: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplement with additional information included in this notice. This announcement constitutes the only solicitation; written proposals are herein being requested, and a separate solicitation will not be issued. (ii) The solicitation number for this procurement is CON-08-0003 and this solicitation is issued as a Request For Quotation (RFQ). (iii) Incorporated provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-24, Title 48, February 28, 2008. (iv) The Contracting Officer has found and determined that this procurement is appropriate for an ?unrestricted? procurement from all responsible sources pursuant to FAR Subpart 19.502. The North America Industry Classification System Code (NAICS) is 334419 and the small business size standard is 500 employees. (v) The following contract line items will be procured. Item 1. Part # 163760-1, Heat Sink, Modulator, Rectifier, 500 KW. Quantity: 30ea. Item 2. Part #352-5156-010, Heat Sink, Electrical Component. Quantity: 30 ea. Item 3. Part #423-3017-020, Wire, Resistance: 21 AWG. Quantity: 30 ea. Item 4. Part #183-5094-010, Capacitor, Fixed, Electrolytic, 2200/2400 UF. Quantity: 120ea. Item #5933-5039-010, Capacitor, Fixed, Film, 0.1 UF. Quantity: 120ea. Item #6. Part #353-6442-040, Semiconductor Device, Diode, 1 AMP. Quantity: 60ea. Item #7. Part #353-5174-010, Semiconductor Device, Diode, 100 PF. Quantity: 60ea. Item #8. Part #419-0075-010, Light Emmuting Diode: Bicolor. Quantity: 60ea. Item #8. Part #264-5208-050, Fuse, 1/8 AMP, SLO Blow. Quantity: 60ea. Item #10. Part #724-5055-260, Resistor, Fixed, Film, 120 OHM. Quantity: 60ea. Item #11. Part #724-5055-610, Resistor, Fixed, Film 100K OHM. Quantity:500ea. Item #12. Part #747-6000-420, Resistor, Fixed, Wire Wound, 10K OHM. Quantity: 120ea. Item #13. Part #724-5053-050, Resistor, Fixed, Film, 22.1 OHM. Quantity: 60ea. Item #14. Part #724-5053-600, Resistor, Fixed, Film, 10K OHM. Quantity: 60ea. Item #15. Part #724-5055-570, Resistor, Fixed, Film, 56K Ohm. Quantity: 60ea. Item #16. Part #724-5055-560, Resistor, Fixed, Film, 39K OHM. Quantity: 90ea. Item #17. Part #372-9678-040, Connector, receptacle, 64 Socket. Quantity: 30ea. Item #18. Part #265-9547-010, Clip, for ??Fuse. Quantity: 120ea. Item #19. Part #265-9519-010, Clip for 13/32? Fuses. Quantity: 180ea. Item #20. Part #714-7002-010, Resistor, Voltage Sensitive. Quantity: 30ea. (vi) These items are needed to fabricate the power switches in-house used in the SSM Modulators of transmitters IRA-04, 05,06 and 07 at the Sri Lanka Transmitting Station. (vii) Items to be shipped FOB Destination to International Broadcasting Bureau, c/o Kamino International Transport, Inc., 23651 Overland Drive, Sterling, VA 20166. Delivery required: 30 Days ARO. (viii) The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, is incorporated by reference. (1) Price quotations submitted in response to this RFQ that exceed the Simplified Acquisition Threshold (as specified in FAR Subpart 2.101, Definitions) will not be considered as responsive to this RFQ. (2) Offerors are reminded to submit their DUNS Number with their price quotation. (ix) FAR 52.212-2, Evaluation - Commercial Items, The Government will award a firm-fixed price Contract (i.e. purchase order) resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government based on price. (x) Offerors shall include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. (xi) The FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition -with no addenda to the clause. (xii) FAR Clause 52-212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition as well as the following clauses contained within FAR Clause 52.212-5: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33; Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. (46 U.S.C. 1241 (b). (xiii) The following FAR clause are also applicable to this acquisition: 52.222-22, Previous Contracts and Compliance Reports and 52.247-34, F.O.B. Destination. There are no additional contract requirement (s) or terms and conditions (such as contract financing arrangements or warranty requirements necessary for this acquisition other than those consistent with customary commercial practices. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition. (xv) No Numbered Notes applies to this acquisition. (xvi) Offers are due no NLT 12Noon, Friday, March 14, 2008 and they shall reference RFQ NO. CON-08-0003-PB. Price Quotations may be sent via either facsimile to (202) 205-0683; e-mail to pbryan@ibb.gov or by mail to BBG/IBB, Office of Contracts, 330 C Street, S.W., Room 4305, Washington, D.C. 20237, Attn: Phyllis Bryan. Offerors responding to this RFQ shall submit to the above-listed Contract Specialist the following information by mail, facsimile, or e-mail, as part of their quotation: unit and extended price for the above-listed items, prompt payment terms, correct remittance address if different from the offerors mailing address, and a completed copy of the provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Oral price quotations will not be accepted for this acquisition. (xvii) Any questions related to this proposed procurement shall be submitted in writing directly and only to the Contract Specialist, Phyllis Bryan NLT Monday, March 10, 2008.
 
Record
SN01522069-W 20080305/080303223143 (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.