Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2011 FBO #3584
SOLICITATION NOTICE

66 -- Mixed Signal Oscilloscope (Refurbished)

Notice Date
9/15/2011
 
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, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-11-Q-0610
 
Archive Date
10/5/2011
 
Point of Contact
Terry L. Rigabar, Phone: 315-330-2949
 
E-Mail Address
Terry.Rigabar@rl.af.mil
(Terry.Rigabar@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of any amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-11-Q-0610 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20110819. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as total small business set-aside under NAICS code 334515 and small business size standard 500 employees. The contractor shall provide the following items on a Firm Fixed Price (FFP) basis, including the cost of shipping FOB Destination. Item 01: Mixed Signal Oscilloscope (Refurbished) Qty: 1 Mfr & P/N: Tektronix MSO71604 OR EQUAL Description: 16 GHz Mixed Signal Oscilloscope; 4 analog / 16 logic channels; 100 GS/s sample rate (2 channels) and 50 GS/s sample rate (4 channels); 10 M / 20 M record length; 80 psec timing resolution on logic channels; analog/digital probing; multiple connectivity support; pinpoint triggering; high-speed serial pattern triggering up to 6.26 Gb/s; probing/triggering/decode/analysis digital serial analysis; automated serial analysis options for I2C, SPI, RS-232/422/485/UART, USB 2.0, MIPI D-PHY DSI-1 and CSI-2. *Offerors must quantify the warranty terms and include shipping FOB Destination in the total price. *Offers of products which are equal or superior to the brand name items specified above will be considered and evaluated (see FAR 52.211-6). Offerors shall specify at least the same warranty terms, including extended warranties, offered to the general public in commercial practice. The expected delivery date is within 30 days After Receipt of Order (ARO). The place of delivery, acceptance, and FOB Destination point is F4HBL1/Transportation Officer, Depot 2, 148 Electronic Pkwy, Rome NY, 13441-4516. The provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due at or before 12 PM (ET) Wednesday 20-SEP-2011. Submit to: AFRL/RIKO, Attn: Terry Rigabar, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-7996 or by email: to terry.rigabar@rl.af.mil. Offerors are encouraged to submit their quotes using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the specifications identified above. This may include product literature or other documentation as necessary. (b)(10) No past performance information is required. (b)(11) INCLUDE A STATEMENT VERIFYING THAT YOUR FIRM IS CAPABLE OF CONFORMING TO THE REQUIREMENTS OF DFARS CLAUSE 252.211-7003, ITEM IDENTIFICATION AND VALUATION. This clause applies to certain items with unit price greater than or equal to $5,000. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within four (4) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation - Commercial Items applies. In addition to the information in paragraph (a), the following factors shall be used to evaluate offers: (i) Technical Capability of the item to meet the government requirement and (ii) Price. Both factors are of equal importance. The representations and certifications found in the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration The clause at DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.227-7015, Technical Data - Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea Alternate III 252.247-7024, Notification of Transportation of Supplies by Sea The following FAR and FAR Supplements clauses and provisions also apply: 52.211-6, Brand Name or Equal 252.211-7003, Item Identification and Valuation 252.225.7000, Buy American Act - Balance of Payments Program Certificate 252.232-7010, Levies on Contract Payments 5352.201-9101, Ombudsman. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-4407. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-11-Q-0610/listing.html)
 
Record
SN02578088-W 20110917/110915235634-35761a7b5f528f283306157fa90696ff (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.