Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2010 FBO #3053
SOLICITATION NOTICE

66 -- Lecroy Oscilloscope

Notice Date
4/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-10-T-0155
 
Archive Date
4/24/2010
 
Point of Contact
Armando R Rodriguez, Phone: 937-522-4640
 
E-Mail Address
armando.rodriguez@wpafb.af.mil
(armando.rodriguez@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA8601-10-T-0155 and is issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39, 19 Mar 2010. This acquisition is not a Small Business Set-Aside. The associated North American Industry Classification System (NAICS) code is 334515. Size standard is 500 employees. This RFQ has 1 line items: CLIN 1: 1 (QTY) Lecroy WaveMaster 804zi Oscilloscope Minimum Requirements: 4 GHz bandwith, 20 Gigasample (GS)/sec sampling rate, 8-bit verticle resolution, and 128 Megapoints(Mpts) of memory per channel. Support both 50 ohm and 1M-ohm inputs for probes on all channels. Mixed signal capability to enable the simultaneous monitoring and collection of both anolog and digital signals as well as complex automatic triggering of data collection. Upgradeable to a minimum of 30 GHz bandwith, 80 GS/sec sampling rate, 512 Mpts/channel sample memory. NOTE: This is a Brand Name Requirement. Manufacturer: Lecroy Corporation Contractor shall furnish all necessary personnel, facilities, materials and services to fabricate and deliver the item listed above. Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (August 2009), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial (June 2008). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. Contract financing is NOT provided for this acquisition. Quotation must identify payment terms as Net 30. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose quote is the lowest price technically acceptable. The Government intends to award without discussions and the Government reserves the right not to make an award at all. By submitting a quote, the offeror acknowledges the requirement that a potential awardee must be registered in the Central Contractor Registration (CCR) prior to award. Quotations may be in any format but must include requirements found in the attached Instructions to Offerors, including: proposing company's name, address and phone; point of contact's name, phone, and email; quotation date; quotation number; total price; identify any discounts; how long the quote is valid (minimum of 60 days); lead time after receipt of order; and warranty information. Quoted price shall be FOB DESTINATION. Delivery location is Wright-Patterson Air Force Base, Ohio Quotations MUST contain a complete description of item offered to clearly show item meets or exceeds the requirements listed in the Minimum Requirements. Quotation shall provide a point-by-point comparison to each item listed in the minimum requirements. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors (June 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation Factors (Jan 1999) [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be technical and price. Technical criteria will be pass or fail. Quote must clearly show that item offered meets all requirements included in the Minimum Requirements attached to this Request for Quotation.] Technical capability is approximately equal to price in the evaluation of the quotation. Award will be based on the best value to the Government. 52.212-3, Contractor Representations and Certifications (Aug 2009); 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products (Feb 2001); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Sep 2009) (The clauses that are check marked as being applicable to this purchase are: - 52.222-3 Convict Labor (June 2003); - 52.222-19 Child Labor Cooperation with Authorities and Remedies (Aug 2009); - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007); - 52.222-36 Affirmative Action for Workers with Disabilities (June 1998); - 52.225-1 Buy American Act Balance of Payment Program - Supplies (Feb 2009) - 52.225-13,Restrictions on Certain Foreign Purchases (Jan 2008); and - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) [end fill in for 52.212-5]; 52.247-34 FOB Destination (Nov 1991); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); (the fill in portion of this clause is:http://farsite.hill/af/mil or http://www.arnet.gov/far); 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill/af/mil or http://www.arnet.gov/far); The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 252.204-7004 (Alt A), Required Central Contractor Registration (Sep 2007); 252.211-7003 (Alt 1), Item Identification and Valuation (Aug 2008); 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Jul 2009): [The clauses that are check marked as being applicable to this purchase are: - 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); and The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9201, Ombudsman (Aug 2005). [The fill in portion of this clause is: Center/MAJCOM ombudsmen: Mr. Howard E. Marks, Jr., ASC/AQH, 1755 Eleventh Street, B570, Room 101, Wright-Patterson AFB OH 45433-7404, Telephone: 937-255-8642, Email: howard.marks@wpafb.af.mil.] [end fill in for 5352.201-9201]. \ Please be advised that the following 2 local clauses will be incorporated in full text into any resulting award. Full text is available upon request: 88 CONS G-001, Wide Area Workflow - Receipt and Acceptance (WAWF-RA) Electronic Invoicing and Receiving Report Instructions; 88 CONS H-002, Delivery Procedures Commmerical Vehicles (July 2005); Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Quotations AND completed representations and certifications are due 12:00 pm on Friday, 09 April 2010, to: Armando Rodriguez, 88 CONS/PKB. E-mail is: armando.rodriguez@wpafb.af.mil Mailing Address: ATTN: Armando Rodriguez 88 CONS/PKB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Armando Rodriguez at Phone 937-522-4588.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-10-T-0155/listing.html)
 
Place of Performance
Address: 88 CONS/PKB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02111322-W 20100404/100402235106-025001c9daf08de92c214153ac08d202 (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.