Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2011 FBO #3665
MODIFICATION

59 -- High Frequency Vector Network Analyzer

Notice Date
12/5/2011
 
Notice Type
Modification/Amendment
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0035
 
Point of Contact
Steven R. Selm, Phone: 9375224539
 
E-Mail Address
steven.selm@wpafb.af.mil
(steven.selm@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
AMMENDMENT 0004 The sole purpose of this amendment is to re-open the combined Synopsis/Solicitation so that all offerors who responded to the initial solicitaiton have an adequate chance to submit a revised quotation that conforms to the amended solicitaiton. Any respondent that has already submitted a quotation that adheres to the solicitation plus amendments 0001, 0002, and 0003 need not take any additional action. The response date has been changed to December 5th, 2011 at 5:00 pm EST. ------------------------------------ AMMENDMENT 0003 The combined Synopsis/Solicitation has been modified. For item # 85132F (Flexible cable set, 3.5mm (test port) to 7mm), a quantity of 2 is needed. All other quantities remain at 1. Quotes should be updated as necessary to reflect this quantity change. The solicitation should read as follows: The ASC/PKO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirements: Brand Name to the following Agilent Technologies product numbers: •N5242A-010, -080, -400, -1A7 (Qty: 1) •85132F (Qty: 2) •N4433A (Qty: 1) •85071E (Qty: 1) •83020A (Qty: 1) •87422A (Qty: 1) Product# N5242A should include a 5 year Return to Agilent Warranty and 5-year calibration service; this warranty and calibration service may not be separately priced from the product line item. The response date has been changed to November 30, 2011 at 2:00 pm EST. ---------------------------------- AMMENDMENT 0002 The combined Synopsis/Solicitation has been modified. The item # R-50C-016-5 (ISO 17025 Compliant Calibration - 5 years) cannot be quoted as a separate line item; the yearly calibration for product number N5242A needs to be included with the cost of the item. This price may not be listed as a separate line item since current year funding may not be used for purchasing a separately-priced line item that is not received within that year's timeframe. The solicitation should read as follows: The ASC/PKO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirements: Brand Name to the following Agilent Technologies product numbers: •N5242A-010, -080, -400, -1A7 •85132F •N4433A •85071E •83020A •87422A Product# N5242A should include a 5 year Return to Agilent Warranty and 5-year calibration service; this warranty and calibration service may not be separately priced from the product line item. The response date remains November 30, 2011 at 12:00 pm (noon) EST. ---------------------------------- AMMENDMENT 0001 The combined Synopsis/Solicitation has been modified. The item# R-51B-001-5C (Return to Agilent Warranty - 5 years) cannot be quoted as a separate line item; the five year warranty for product number N5242A needs to be included with the cost of the item. This price may not be listed as a separate line item since current year funding may not be used for purchasing a separately-priced line item that is not received within that year's timeframe. The solicitation should read as follows: The ASC/PKO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirements: Brand Name to the following Agilent Technologies product numbers: •N5242A-010, -080, -400, -1A7 •R-50C-016-5 •85132F •N4433A •85071E •83020A •87422A Product# N5242A should include a 5 year Return to Agilent Warranty; this warrantly may not be separately priced from the product line item. The response date has been extended from November 29, 2011 to November 30, 2011 at 12:00 pm (noon) EST. -------------------------------- This is a combined Synopsis/Solicitation for one High Frequency Vector Network Analyzer under the Brand Name Agilent. This Synopsis/Solicitation was 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; proposals are being requested, and a written solicitation will not be issued. The solicitation number for this requirement is FA8601-12-T-0035 using FAR Subpart 12 - Acquisition of Commercial Items, and FAR Subpart 13 - Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54, 2 November 2011. This acquisition is going to be under the authority of FAR 6.302-1(c), Brand Name, under North American Industry Classification System Code 334515. Size standard is 500 employees. As such, the proposed manufacturer is Agilent Technologies, Inc., 5301 Stevens Creek Blvd, Santa Clara, CA 95051. This notice therefore is not a request for other manufacturers of high frequency vector network analyzer systems. However, all responsible sources may submit a capabilities statement, proposal, quotation or exception to the intent to purchase on a brand name basis, which shall be considered by the Government if received within five (5) days of this notice. The ASC/PKO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirements: Brand Name to the following Agilent Technologies product numbers: • N5242A-010, -080, -400, -1A7 • R-50C-016-5 •R-51B-001-5C •85132F •N4433A •85071E •83020A •87422A Quotations need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial; and need to include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. 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. Technical Capability and Price are the two factors that shall be used to evaluate offers. The quotations may be in any format but MUST include: 1) Proposing company's name, address, and phone 2) Point of contact's name, phone, and email 3) Quotation number & date 4) Item price 5) Total price 6) Shipping 7) Applicable discounts 8) Timeframe that the quote is valid 9) Delivery Schedule 10) Warranty Information (if applicable). 11) Completed FAR 52.212-3, Representations and Certifications Quotations MUST also contain a complete description of the item offered to clearly show that the item meets or exceeds the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical capabilities. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor Registration (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at http://farsite.hill.af.mil. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial FAR 52.212-2, Evaluation Factors [the fill in portion of this clause is: technical and price] FAR 52.212-3, Representations and Certifications The following clauses are incorporated by reference and apply to this acquisition: 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. FAR 52.203-6, Restrictions on Subcontractor Sales to the Goverment FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252/225-7036. Buy American Act-Free Trade Agreements-Balance of Payments Program DFARs 252.232-7003 Electronic Submission of Payment Requests ASC/PKO G-001, Wide Area Work Flow Electronic Invoicing Instructions All Quotations and responses must be received no later than 4:00 PM, Eastern Standard Time on 29 November 2011. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please email to steven.selm@wpafb.af.mil via a PDF compatible attachment. Any questions should be directed to Steven Selm at Steven.Selm@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0035/listing.html)
 
Place of Performance
Address: 2941 Hobson Way, WPAFB, Ohio, 45433-7750, United States
Zip Code: 45433-7750
 
Record
SN02633399-W 20111207/111205234208-d716927197c7cd8f1dccdf09fae8c7b5 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.