Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
MODIFICATION

59 -- The Procurement for Oscilloscope - Solicitation 1

Notice Date
9/2/2015
 
Notice Type
Modification/Amendment
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Army, Army Contracting Command, ACC-APG - Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-15-T-0454
 
Archive Date
9/19/2015
 
Point of Contact
Swati Jain, Phone: 3013940045
 
E-Mail Address
swati.jain2.civ@mail.mil
(swati.jain2.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ACC-APG Local Clauses Combo Solicitation Amendment. COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 59 2. NAICS Code: 334515 3. Subject: The Procurement for Oscilloscope 4. Solicitation Number: W911QX -15-T-0454 5. Set-Aside Code: Small Business 6. Response Date: 9/4/15 7. Place of Delivery/Performance: US Army Contracting Command - APG Adelphi Contracting Division Aberdeen Prooving Ground MD 21005-5001 8. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) The solicitation number is W911QX -15-T-0454. This acquisition is issued as a Requsest for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 (iv) This acquisition is set-aside for small business. The associated NAICS code is 334515. The small business size standard is 500 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 001: Oscillocopes/lab supplies Quantity (3) (vi) Description of requirements: Each Oscilloscope to the Adelphi Laboratory Center (ALC) that conforms to the following specifications: 1. The oscilloscope must have a bandwidth greater than or equal to 6,000,000,000 hertz (also commonly termed six (6) GHz). 2. The oscilloscope must have four (4) independent recording channels. 3. The oscilloscope must have at least one (1) external trigger input. 4. Each of the four (4) independent recording channels must be capable of running with impedance set to 50 (ohms) 5. Each of the four (4) independent channels must be capable of recording at a sampling rate greater than 20,000,000,000 samples per second (also commonly termed 20 Gigasamples/s or 20 Gsamp/s or 20 Gs/s). 6. Each of the four (4) independent channels must be capable of recording 400000000 (400M) samples @ 20 Gigasamples/second or greater 7. The four (4) independent channels must have SubMiniature version A connectors (SMA connectors) or adapters to SMA 8. The oscilloscope must have an external display so it can run as a standalone entity. 9. The oscilloscope must be able to interface with a computer to be controlled remotely. 10. The oscilloscope must have an Ethernet interface. 11. The oscilloscope must have a USB interface. 12. The oscilloscope must be capable to mount in a standard 19 inch laboratory rack 13. The oscilloscope must come with the hardware to mount in a 19 inch laboratory rack 14. The oscilloscope must come with the power supply and all accessories so as to be run upon receiving. 15. The oscilloscope must run on standard 110 volt alternating current power (110V ac). (vii) Delivery is required within four (4) weeks of award. Delivery shall be made to Aberdeen Proving Ground MD 21005-5001. Acceptance shall be performed at Aberdeen Proving Grounds, MD 21005-5001. The FOB point is destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Price will be evaluated based on the total proposed price, including options, (if any). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause None. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013) 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-6 -- Notice of Total Small Business Set-Aside. 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUL 2013) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014), 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) 52.222-26 EQUAL OPPORTUNITY (MAR 2007) 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (OCT 2010), 52.222-50 - Combatting Trafficking in Persons 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011) 252.225-7035 Buy American - Free Trade Agreements - Balance of Payments Program Certificate (with Alternate I) 252.225-7036 Buy American - Free Trade Agreements - Balance of Payments Program 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUNE 2012) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2014) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (JUN 2013) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all local clauses can be found in the attached ACC-APG Adelphi Local Clauses Full Text document): 52.204-7 System for Award Management 52.219-6 -- Notice of Total Small Business Set-Aside. 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated By Reference 252.204-0009 Contract-wide: By Fiscal Year 252.204-7000 Disclosure of Information 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 52.004-4409 ACC - APG POINT OF CONTACT (APR 2011); 52.016-4407 TYPE OF CONTRACT (SEP 1999); 52.032-4418 TAX EXEMPTION CERTIFICATE (SEP 1999) 52.046-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999); 52.005-4401 RELEASE OF INFORMATION BY MANUFACTURERS, RESEARCH ORGANIZATIONS, EDUCATIONAL INSTITUTIONS, AND OTHER COMMERCIAL ENTITIES HOLDING ARMY CONTRACTS (AUG 2006); 52.011-4401 RECEIVING ROOM REQUIREMENT - APG ALTERNATE I (JAN 2003) APG-ADL-L.5152.203-4440 AMC-LEVEL PROTEST PROGRAM (JUL 2011) APG-ADL-L.5152.215-4441 US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on 4 September 2015, by 11:59PM, at swati.jain2.civ@mail.mil. (xvii) For information regarding this solicitation, please contact Swati Jain, (301)394-0045, swati.jain.civ@mail.mil. Please note: NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a095fa2bbb0bb1d8c83b843780f8d542)
 
Place of Performance
Address: Aberdeen Proving Ground MD 21005-5001, ABERDEEN, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN03868408-W 20150904/150903000139-a095fa2bbb0bb1d8c83b843780f8d542 (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.