Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 15,1997 PSA#1930

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

61 -- SYNTHESIZED SIGNAL GENERATOR SOL N00244-97-Q-B173 DUE 092497 POC Point of Contact is Gwen Young, Contracting Officer at 619-532-2890; FAX 619-532-2347 WEB: Click here to learn more about FISC San Diego and additional contracting opportunities., http://www.sd.fisc.navy.mil. E-MAIL: Click here to submit your quote electronically or to contact the Contracting Officer via email., gwen_young@fmso.navy.mil. FISC San Diego is announcing its intent to issue a directed sole source procurement to Anritsu Wiltron under authority of FAR 6.302-1. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 13.6 and the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number N00244-97-Q-B173 applies and is issued as a Request For Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-46 and Defense Acquisition Circular 91-11. The standard industrial code is 3621 and the business size standard is 1,000 employees. This requirement is for a fixed priced contract for One (1) line items as follows. Line Item 0001: Synthesized Signal Generator, quantity one (1) each, Anritsu Wiltron Model 68247-446 consisting of the following: 68247 -- Synthesized Signal Generator; Option 2A -- 110 db Step Attenuator; Option 9K -- Rear Panel RF Output; SM4743 -- "N" RF Output Connector; Option 19 -- SCPI-GPIB Capability; SM5263 -- Special Rack Mount Kit; and, SM5295 -- Pre-Set GPIB. Must be compatible with existing, automated AN/APM-446 Radar Set Test Stations (RSTS) and associated Test Executive software, used to test F/A-18 APG-65 radar "black boxes" and subassemblies at the I-levels aboard aircraft carriers, forward deployed sites, and CONUS Naval Air Stations. Delivery of all items is required 75 days or sooner after award of contract to be delivered FOB Destination to: NADEP Receiving, Code 160D, Bldg 94, NAS North Island, San Diego, CA 92135. Mark for: Robert Glance, Code/Shop 48940, Bldg 317-1. Acceptance shall be made at destination. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses: FAR 52.211-5, New Material; FAR 52.211-7, Other Than New Material, Residual Inventory, and Former Government Surplus Property. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on SpecialDisabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. Any contract awarded as a result of this solicitation will be a DO-rated order certified for national defense use under the Defense Priorities and Allocations System. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price related factors. Provision 52.212-2, Evaluation Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. (option 1) To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase description for Line Item 0001. Note: The full text of the Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at "www.arnet.gov" OR "www.deskbook.osd.mil". Quotes must be received no later than 3:00 PM, local time, 092497, and will be accepted via fax (619-532-2347) or via e-mail (gwen_young@fmso.navy.mil) ONLY. DO NOT mail. See Numbered Note(s) 13. (0253)

Loren Data Corp. http://www.ld.com (SYN# 0237 19970915\61-0001.SOL)


61 - Electric Wire and Power and Distribution Equipment Index Page