SOLICITATION NOTICE
36 -- GE PROGRAMMABLE LOGIC CONTROLLERS HARDWARE AND SOFTWARE
- Notice Date
- 12/26/2001
- Notice Type
- Solicitation Notice
- Contracting Office
- Broadcasting Board of Governors, Associate Director for Management, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, DC, 20237
- ZIP Code
- 20237
- Solicitation Number
- BBGCON3602S5275
- Response Due
- 1/10/2002
- Point of Contact
- Wayne Greene, Contracting Officer, Phone 202-619-2339, Fax 202-205-1921, - Gary Hosford, Contracting Officer, Phone 202-619-2946, Fax 202-260-0855,
- E-Mail Address
-
wgreene@ibb.gov, ghosford@ibb.gov
- Description
- s manual, Qty: 1 each, (d) #ICC640HWC716, LM90-70 Enet TCP/IP for Win 95/98/NT w/cables, CD, docs, Qty: 1 each, (e) #IC697MDL653, Input Modules: 24 VDC, Positive/Negative Logic 32 Points, Qty: 52 each, (f) #ICC697MDL750, Output Modules; 24/48 VDC, 0.5 Amp, Positive Logic (32 Points), Qty: 52, (g) #IC697BEM711, Bus Receivers, Qty: 12 each, (h) #IC697BEM713, Bus Transmitter, Qty: 4 each, (i) #IC697PWR711, Power Supply, 120/240 Vac, 100 Watts, Qty: 17 each, (j) #IC697CPX782, CPU, 96, Mhz, 12K Discreet I/O, 1M byte fixed user memory, Qty: 1 each, (k) #IC697CHS750, Rack, 5 Slots, Rear Mount, Qty: 1 each, (l) #IC697CHS790, Rack, 9 Slots, Rear Mount, Qty: 17 each, (m) #IC697CBL700, Cable kit power supply Exp., Qty: 4 each, (n) #IC691BEM731, Series 90-70 Genius I/O Bus Controller, Qty: 1 each, (o) #IC697BEM733, Series 90-70 Genius Remote I/O scanner, Qty: 4 each, (p) #IC697MEM719, Expansion RAM, 512 Byts, CMOS, Qty: 1 each, (q) #IC697PCM711, Programmable Coprocessor, Qty: 3 each, (r) #IC600WD005, I/O Cable, 5 ft., Qty: 10 each, (s) #IC600WD010, I/O Cable, 10 ft., Qty: 2 each, (t) #FOC-EXP-04-062, Phoenix Fiber Optic Cable, Qty: 13000 ft., (u) #OCM-GEM-13-D-ST, Phoenix, Digital 90-70 module, Qty: 5 each, (v) #S82K24024, Omron Power Supply, 10 Amps, 24 VDC. (vi) To allow automated operation of Switch Matrix Controller located at the IBB's Manila Philippines Transmitting Station. (vii) The above items shall be delivered FOB Destination to IBB Engineering Support Center, 330 "C" Street, SW, Room G-312, Washington, DC 20237 within 30 days after contract award; (viii) The provision at 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition-with no addenda to the provision; (ix) The provision at 52.212-2, Evaluation - Commercial Items, The Government will award a Contract resulting from this solicitation to the responsible Offeror whose proposal conforming to the RFP will be most advantageous to the Government based on price and past performance; (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer; (xi) The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition-with no addenda to the clause; (xii) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition as well as the following clauses contained within FAR Clause 52.212-5: 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Executive Order 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4211 and 4212), (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212), 52.225-3, Buy American Act -- North American Free Trade Agreement--Israeli Trade Act--Balance of Payments Program (Feb 2000) (41 U.S.C. 10a-10d), and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (31 U.S.C. 3332); (xiii) There are not any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) necessary for this acquisition other than those consistent with customary commercial practices; Failure to provide any of the above items may result in the rejection of your proposal. Full text of all FAR Clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far/). (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition; (xv) CBD numbered note 1 applies to this procurement; (xvi) Offers are due not later than 3 pm EST, Thursday, January 10, 2002 and they shall reference RFP #BBGCON3602S5275 (xvii) Any questions related to this proposed procurement shall be in writing and shall be sent directly and only to the Contract Specialist, Wayne Greene (fax 202-260-0855); e-mail at wgreene@IBB.gov. Offers shall be submitted in writing and must be signed by an official authorized to bind the Offeror's organization. Proposals are due at the BBG/IBB, 330 "C" Street, SW, Room 2523, Washington, DC 20237, attn: Mr. Wayne Greene. Oral proposals will not be accepted. All responsible sources may submit an offer, which shall be considered by the Agency.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/BBG/ADM/MCONWASHDC/BBGCON3602S5275/listing.html)
- Record
- SN00037954-F 20020309/020307214403 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |