Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
MODIFICATION

66 -- Testing Equiment HAP Ecuador

Notice Date
9/12/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
,,
 
ZIP Code
00000
 
Solicitation Number
W91QEX-11-T-0141
 
Response Due
9/13/2011
 
Archive Date
3/11/2012
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is W91QEX-11-T-0141 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-09-13 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The U.S. Army Southern Command CCE requires the following items, Meet or Exceed, to the following: LI 001, Clamp-on Amperimeter The Contractor shall provide eleven (11) Clamp-on Amperimeters that meet or exceed the following minimum specifications: -Digital, 600 Amps AC, 600 Amps DC -Voltage 600 AC, Voltage 600 DC-Calibration Frequency 10 to 100 Hz -Auto Ranging-True RMS -Includes Soft Carrying Case -Test Leads -2 Batteries, 11, EA; LI 002, Precision Power Supply The Contractor shall provide two (2) precision power supply that meets or exceeds the following minimum specifications: -Triple Output DC Supply-Voltage Output (1) 0 to 32 V DC-Current Output (1) 0 to 3 A DC-Voltage Output (2) 0 to 32 V DC-Current Output (2) 0 to 3 A DC-Volts Output (3) 5 V DC-Current Output (3) 3 A DC-Line Regulation 0.01% + 5 mV-Load Regulation 0.2% + 10 mV-Meter Type Four 3 Digit LED-Input 110/220 V AC, 50/60 Hz, 2, EA; LI 003, Portable Digital OscilloscopesThe Contractor shall provide protable digital oscilloscopes that meet or exceed the following minimum specification: -Dual-Input 100 Mhz Digital Handheld Oscilloscope. -Color Display-Two True-Rms Digital Multimeters, 5000 Counts-Measures Volts, Amps, Ohms, Continuity, Diode-Dual-Input Recorder-Simple Trigger for Hands-Off Operation-600 V Cat Iii, 1000 V Cat Ii Safety Certified-Includes, Shielded 10:1 Voltage Ratio Test Lead-Nimh Battery Pack And Charger-Ground Lead-Two Hook Clips-Three Alligator Clips-Banana To Bnc Adapter-Instructions-Scc Accessory Kit, 2, EA; LI 004, pH Conductivity Meter (Multiparameter) The Contractor shall provide pH Conductivity meters that meet or exceed the following minimum specifications: -Portable-Dual Display-Need to meet U.S. Pharmacopeia (USP) parameters-IP67 Waterproof-Battery operated-Auto-read/hold function-Automatic or manual temperature compensation-Stores, displays and prints up to 10 methods with individual method password protection-Simultaneous display of ph and mV and conductivity, plus temperature-Bright backlit LCD display with ready indication, 1, EA; LI 005, Field Engineer?s Tool Kit The Contractor shall provide Field engineer?s tool kits that meet or exceed the following minimum specifications: 6" Tool Case (18" x 13" x 6"), tools to be included: Alignment Tool, Duplex; Alignment Tool, Plastic; Burnisher Desolder Pump, Anti-Static; Flashlight, AA; Forcep, Staight 5" w/Grip; Hammer, Ball Pein 4oz; Handle For Blades, ESD Safe; Handle For Blades, Drive-Loc; Hex Keys, Standard.50"-5/32; Knife, Precision W/Cap; Mirror, Telescoping Inspection; Nutdriver Blade, 3/16"; Nutdriver Blade, 7/32"; Nutdriver Blade, 1/4"; Nutdriver Blade, 9/32"; Nutdriver Blade, 5/16"; Nutdriver Blade, 11/32"; Nutdriver Blade, 3/8"; Nutdriver Blade, 7/16"; Nutdriver Blade, 1/2"; Pliers, Diagonal 4" ; /Spring; Pilers, Diagonal 5"; Pliers, Groove Joint 7"; Pliers, Long Nose 4/ ?; Pliers, Long Nose 6" w/Cutter; Pliers, Retaining Ring Ext/Int; Pliers, Vise-Grip Long Nose 6"; Punch, Center 3/32"; Punch, Drive Pin 1/16"; Punch, Drive Pin 1/8"; Rule, Metric & Standard 6"; Scissors, Electricians; Screwdriver, Offset Phillips; Screwdriver, Phillips #0 x 2"; Screwdriver, Phillips #1 x 3"; Screwdriver, Phillips #2x4"; Screwdriver, Phillips #2 Stubby"; Screwdriver, Slot 1/4" x 4"; Screwdriver, Slot 1/4" x Stubby; Screwdriver, Slot 1/8" x 3"; Screwdriver, Slot 1/8" x 8"; Screwdriver, Slot 3/16" x 4"; Screwdriver, Slot 5/16" x 6"; Screwdriver, Slot 3/32" x 2"; Screwdriver Set, Jewelers (2pc); Screwstarter, Phillips/Slot; Scriber, Pocket; Solder, 60/40 Pocket Pack; Soldering Iron, 25 Watt 3-Wire Pro; Soldering Aid, Brush and Fork; Spring Hook, Puller/Pusher; Tape, Electrical; Torx; Blade, T10 Tamperproof; Torx Blade, T15 Tamperproof; Torx Blade, T20 Tamperproof; Torx Keys, T6 thru T25 Fold up; Trimpot Tool; Tweezers, Self Closing 4 1/2"; Wire Crimping Tool; Wire Strippers Adjustable; Wrench, Adjustable 6" Ergonomic; Wrench, Open End 13/64 + 15/64"; Wrench, Open End 15/64 + 13/64"; Wrench, Open End 7/32 + 1/4"; Wrench Open End 1/4 + 7/32"; Wrench Open End 9/32 + 5/16"; Wrench Open End 5/16 + 9/32"; Wrench Open End 11/32 + 3/8"; Wrench Open End 3/8 + 11/32", 11, EA; LI 006, Basic Copier Tool Kits The Contractor shall provide Basic copier tool kits that meets or exceeds the following minimum specifications: black, 6" Tool Case (18" x 13" x 6"); list of tools to be included: alignment tool, screwdriver; bottle, 4oz. w/flip top; box, plastic parts; brush, brass tooth; brush, sash 1? diameter; cable ties, 4-3/16?; desolder wick,.085?x5?; feeler gauge, standard & metric; file, flat needle; flashlight, penlight; forceps, straight w/grip; hammer, ball pein 4 oz.; hex keys, metric deluxe 6 pc.; knife, utility disposable; level, pocket 5?; nutdriver blade, 7mm; nutdriver blade, 8mm; pliers, diagonal 5?; pliers, long nose 6? w/cutter; pliers, retaining ring ext/int; pliers, vise-grip long nose 4?; punch, drive pin 3/32?; rule, metric & standard 6?; screwdriver, magnetic long with Phillips and slot bits; screwdriver, offset Phillips; screwdriver, Phillips #0x2.5?; screwdriver, Phillips #1x3?; screwdriver, Phillips #2x4?; screwdriver, slot 1/8?x3; solder, 60/40 pocket pack; soldering iron, 25 Watt; spring hook, puller/pusher; tape, 3M electrical; wire strippers, adjustable; wrench, midget 5.5mm; wrench, midget 6mm; wrench, midget 7mm; wrench, midget 8mm; wrench, midget 9mm; wrench, midget 10mm; wrench, midget 11mm., 1, EA; LI 007, Networking Tool Kit The Contractor shall provide Networking tool kits that meet or exceed the following minimum specification: black, Double Sided Cordura Plus, Zipper Case, Measures 16"x11"x3 with Three Exterior, Expandable Pockets, Two 6 1/2" x 10" x 2" & One 13" x 10" x 2" (Color, Black); List of tools to be included: Box, Plastic Parts; Cable Cutter, Coax; Cable Stripper; Crimp Tool W/ Stripper, RJ11, RJ45; Desolder Wick,.60" x 5'; Extension, Driver Blade 4"; File, Flat Needle; Flashlight, AAA; Forceps, Straight w/Grip; Gender Changer, 25-Pin F/F; Gender Changer, 25-Pin M/M; Handle, For Blades, Drive-Loc; Hex Keys Set, Fold-up.50" to 3/16"; Insertion/Extraction Tool; Knife, Utility Disposable; Nutdriver Blade, 3/16"; Nutdriver Blade, 1/4"; Nutdriver Blade, 5/16"; Nutdriver, Blade, 3/8"; Pliers, Diagonal 4" W/Spring; Pliers, Long Nose 4 3/4"; Pliers, Long Nose 6" w/Cutter Pliers, Slip Joint 6"; Pliers, Vise-Grip Long Nose 6"; Punchdown Tool W/110 Blade; Receptacle Analyzer; Rule, Metric & Standard 6"; Scissors, Electrician's; Screwdriver, Phillips #0x2"; Screwdriver, Phillips #1 x 3"; Screwdriver, Phillips # 2 x 4"; Screwdriver, Slot 1/4" x 6"; Screwdriver, Slot 3/16" x 4"; Screwdriver, Slot 3/32" x 2"; Screwdriver, Stubby 2 in 1; Solder, 60/40 Pocket Pack; Soldering Iron, 25 Watt 3-wire; Tape, Electrical; Telephone Line Tester; Tone Line Aid ; /Volume Control; Tone Tracer, High Powered; Torx Blade, T10; Torx Blade, T15; Torx Blade, T20; Trimpot Tool; Wire Strippers, "T" 16-26; Wrench, Adjustable 6" Ergonomic., 1, EA; LI 008, Outdoor Handheld GPS The Contractor shall provide Outdoor handheld GPS' that meet or exceed the following minimum specifications: 64MB microSD Memory Card; USB PC Interface Cable; Trip and Waypoint Software; Wrist Strap; Belt Clip with Button; Unit Dimensions, WxHxD: (2.4x6.1x1.3 inches); Display, size, WxH: (1.5 x 2.2 inches); Display resolution, WxH: (160x240 pixels); Display type: (256 level color TFT); Weight: 7.5 oz (213 g) with batteries; Battery: 2 AA batteries; Battery life: 18 hours; Waterproof, 4, EA; LI 009, Portable Desktop External Hard Drives The Contractor shall provide Portable desktop external hard drives that meet or exceed the following minimum specifications: 1 TB; USB 2.0; Rugged; High Tech Aluminum casing; Resistant and tough, rubber sleeve, internal bumper and heat dissipation; Fast Data transfer through eSATA interface or USB 2.0 connection; Automatic backup for no-hassle file protection; Measures 5.1 x 1.7 x 8.5 inches., 4, EA; LI 010, Compact Flash Memory Cards The Contractor shall provide 4GB compact flash memory cards., 20, EA; LI 011, Case, Black The Contractor shall provide black cases that meet the following minimum specifications: dimensions: Internal Dimensions: 15.25" L x 10.5" W x 6" H.; External Dimensions: 16"L x 12.75 W x 6.5" H.; Volume: 915.35 cu in (15 liters); Wight: 4.00 lbs; Watertight, dustproof, airtight; shock resistant; virtually indestructible; chemical resistant, corrosion proof; designed for temperatures ranging from 104 to + 176F; durable rubber o-ring seal; air pressure compensation value; fully customizable interior; padlock eyelets ; made from Ultra High-Impact ABS plastic; With sponge insert; With Padded Divider; Back Pack System., 10, EA; LI 012, Cases, Orange The Contractor shall provide Orange cases that meet the following minimum specifications: dimensions: Internal Dimensions: 15.25" L x 10.5" W x 6" H.; External Dimensions: 16"L x 12.75 W x 6.5" H.; Volume: 915.35 cu in (15 liters); Wight: 4.00 lbs; Watertight, dustproof, airtight; shock resistant; virtually indestructible; chemical resistant, corrosion proof; designed for temperatures ranging from 104 to + 176F; durable rubber o-ring seal; air pressure compensation value; fully customizable interior; padlock eyelets made from Ultra High-Impact ABS plastic; With sponge insert; With Padded Divider; Back Pack System., 10, EA; LI 013, Large Shipping Cases, Black The Contractor shall provide Large, Black shipping cases the meet the following minimum specification: Exterior Dimensions (L x W x D) 42.87" x 27.31" x 20.19"; Interior Dimensions (L x W x D) 39.87" x 24.31" x 18.00"; Lid Depth 5.25"; Bottom Depth 12.75"; Total Depth 18.00"; Weight 50.2 lbs; Buoyancy Max 803.84 lbs.; Range Temperature -20 / 140 F., 12, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, U.S. Army Southern Command CCE intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. U.S. Army Southern Command CCE is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. No partial shipments are permitted unless specifically authorized at the time of award. Delivery must be made within 20 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price, meeting or exceeding the Government?s technical specifications. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c404afc965b2e7244a456ffcf3fb1ee1)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02573088-W 20110914/110913000619-c404afc965b2e7244a456ffcf3fb1ee1 (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.