Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2002 FBO #0189
SOLICITATION NOTICE

66 -- Sequencers

Notice Date
6/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Threat Reduction Agency, Acquisition Management Albuquerque (AMA), 1680 Texas Street SE, Kirtland AF, NM 87117-5669
 
ZIP Code
87117-5669
 
Solicitation Number
AIC - TDT029941385
 
Response Due
6/25/2002
 
Archive Date
7/25/2002
 
Point of Contact
EMELDA ARMIJO, 505-846-8457
 
E-Mail Address
Defense Threat Reduction Agency, Acquisition Management Albuquerque (AMA)
(emelda.armijo@dtra.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will NOT be issued. AIC Number: TDT029941385 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) #01-07 and DFAR S Change Notice 20020531. This is 100% set aside for small business concerns. Applicable NAICS 334516 and size standard is 500 employees. The Defense Threat Reduction Agency (DTRA) has a requirement to purchase the following Item. Line Item 001- Sequen cer, quantity: 8 each, with the following specifications: The unit must have programmable event outputs that are based on a countdown using T time, not to include a (double zero) (should have single zero capability only, no T+/-0 times). There should be o ne or more external event marker inputs that can be read by the user post sequence. The unit should be user programmable and supply status information from a serial port, over Ethernet using TCP/IP, and via front panel controls. The serial port and Ether net port should each provide complete setup, control, and monitoring of the unit. The front panel controls need only provide sequence start, hold, resume, and stop functions, as well as status and mode indicators. The unit should be capable of acquiring time-of-day via GPS, IRIG-B, and an internal user programmable source. The initial time acquisition source should be user selectable with an automatic fallback to the internal source in the event of an external source error or failure. (ELECTRICAL): Con trol/Management, RS232, Ethernet (TCP/IP) and Front panel pushbuttons or switches. (TIME ACQUISITION): GPS, IRIG-B, and Internal. (INPUTS): GPS, IRIG-B, 16 or more TTL external event marker(s) referenced to countdown time available by user post-sequence, Hold and Resume. (OUTPUTS): IRIG-B, 1PPS TTL, 1 MHz or 10 MHz TTL and 32 or more TTL programmable events with 1 mS resolution. (DISPLAY): Countdown (T) time with clock format of T+/-HH: MM: SS.SSS, Status Indicator(s) and Mode Indicator(s). (POWER): 1 20 VAC @ 50/60 Hz and Option for 12 VDC. (MECHANICAL): Unit must be standard 19 inch rack mountable, Have operating temperature range of 0 to 50c, Environmentally sealed from dust, Non-condensation in 0 to 90% humidity levels and Survive 6G shock. NOTE: Only new items will be accepted. The offeror must provide the manufacturer's brand model or part number along with a technical description of the item(s) being offered in sufficient detail to evaluate compliance with the requirements of this announcement. This may include product literature, specification sheets, cuts, illustrations, drawings or other documents if necessary. Delivery required is 1 Sep 2002. Delivery shall be FOB: Destination to Defense Threat Reduction Agency, TDTOI, 8151 M St., Bldg. 2 0414, Kirtland AFB, NM 87117-5669 with final inspection and acceptance at destination. The following FAR provisions, clauses, and addenda apply to this acquisition: 52.212-1- Instructions to Offerors-Commercial Items 52.212-2 - Evaluation-Commercial Items . The government will award a purchase order 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. The following factors sha ll be used to evaluate offers: (1) On price(2) Best Value (3) past performance - offerors shall provide with their quote three Government or Private Industry references complete with Point of Contact, Phone Number, Contract Number, Amount of Contract, an d Items provided. Offers must include with their offer a completed copy of the provisions at FAR 52.212-3 - Offeror Representations and Certifications - Comm ercial Items, 52.212-4 - Contract Terms and Conditions - Commercial Items, 52.212-5 - Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items, and with the following applicable FAR clauses: 52.222-19 Child Labor- -Cooperation with Authorities and Remedies, 52.222-21 - Prohibition of Segregated Facilities, 52.222-26 - Equal Opportunity, 52.222-35 - Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 - Affirmative Action for Workers wi th Disabilities; 52.222-37 - Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-13 - Restriction on Certain Foreign Purchases; 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-1 - Dispute s; 52.243-1 - Changes - Fixed Price, 52.246-1 - Contractor Inspection Requirement; 52.246-16 - Responsibility for Supplies; 52.247-34 - FOB Destination; Additionally, each offeror shall include a complete copy of Defense FAR Supplement (DFARS) provision 2 52.212-7000 - Offeror Representations and Certifications - Commercial items. The following clauses and addenda apply to this acquisition. DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, Paragraph (b), 252.204-7004 - Required Central Contractor Registration; 252.225-7001 - Buy American Act and Balance of Payment Program; 252.247-7023 - Transportation of Supplies by Sea (10 U.S.C. 2631), and 252.247 -7024 - Notification of Transportation of Supplies by Sea. Additional Local Clauses: 252.201-9001 - Contracting Officer, 252-201-9002 - Contracting Officer's Representative, 252.209-9000- Organizational Conflict of Interest, 252.232-903 - Paying Instructi ons, 252.232.9005 - Invoice Submittal - The 252.232-9004 - Taxpayer Identification Number and 252.232-9007 - Payment Information Under CCR Database. Additional contract requirements are as follows: (1) Vendors shall extend to the Government the full cover age of any standard commercial warranty normally offered in a similar commercial sale provided such warranty is available at no additional cost to the Government; (2) include a delivery schedule and the discount/payment terms; (3) include name of and be si gned by an authorized company representative along with telephone number, facsimile number; (4) include taxpayer identification number (TIN), Cage Code Number, and Duns number; (5) in accordance with DFARS 204-73, Vendor must be registered in Central Contr actor Registration (CCR). For Solicitations issued after 31 May 1998, DoD will no longer award contracts to vendors not registered in the CCR database. Registration may be done by accessing the CCR via the Internet at http:// www.ccr2000.com. This is a DO-A70 rated order. This acquisition will be processed in accordance with Simplified Acquisition Procedures. Offers shall be forwarded to the following address no later then 4:00 p.m. COB: 25 Jun 02: Defense Threat Reduction Agency, ALTK, Attn: Emelda Ar mijo, 1680 Texas Street SE, Kirtland AFB, NM 87117-5669 (Faxed quotes are acceptable, 505-846-4246). The anticipated award date is 28 Jun 02. All responsible sources may submit a quote, which shall be considered by this agency. Note 1.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/DTRA/DTRA02/AIC - TDT029941385/listing.html)
 
Place of Performance
Address: Defense Threat Reduction Agency, Acquisition Management Albuquerque (ALTK) 1680 Texas Street SE, Kirtland AF NM
Zip Code: 87117-5669
Country: US
 
Record
SN00090374-F 20020609/020607214232 (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 |
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.