Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2004 FBO #0921
SOLICITATION NOTICE

59 -- MISCELLANOUS ELECTRONIC COMPONENTS

Notice Date
6/2/2004
 
Notice Type
Solicitation Notice
 
NAICS
334416 — Electronic Coil, Transformer, and Other Inductor Manufacturing
 
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
BBGCON1704S5446
 
Response Due
7/15/2004
 
Archive Date
7/30/2004
 
Point of Contact
Wayne Greene, Contracting Officer, Phone 202-619-2339, Fax 202-205-1921,
 
E-Mail Address
wgreene@ibb.gov
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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; written quotations are being requested, and a written solicitation will not be issued; (ii) The solicitation number for this procurement is BBGCON1704S5446 and this solicitation is issued as a Request for Quotations (RFQ). (iii) incorporated provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2001-23, Title 48, May 5, 2004. (iv) The Contracting Officer has determined that this procurement is appropriate for a set-aside for small business in accordance with FAR Subpart 19.502 (entitled Setting aside acquisitions). The North American Industry Classification System Code (NAICS) for Electronic Coil, Transformer, and Other Inductor Manufacturing is 334416 and the small business size standard is 500 employees; (v) The following contract line items will be procured in the quantities shown: CLIN 1: Kintronic Labs Fixed Inductor, Model L22-60, 22 uh, 60 Amp, Qty: 3 each, CLIN 2: Kintronic Labs Fixed Inductor, Model L15-80, 15 uh, 80 Amp, Qty: 1 each, CLIN 3: Kintronic Labs Fixed Inductor, Model L20-80, 20 uh, 80 Amp, Qty: 1 each, CLIN 4: Kintronic Labs Fixed Inductor, Model L25-80, 25 uh, 80 Amp, Qty: 1 each, CLIN 5: Kintronic Labs Fixed Inductor, Model L20-100, 20 uh, 100 Amp, Qty: 1 each, CLIN 6: Kintronic Labs Fixed Inductor, Model L25-100, 25 uh, 100 Amp, Qty: 2 each, CLIN 7: Kintronic Labs Fixed Inductor, Model L100-100, 100 uh, 100 Amp, Qty: 1 each, CLIN 8: Kintronic Labs Fixed Inductor, Model L10-150, 10 uh, 150 Amp, Qty: 3 each, CLIN 9: Kintronic Labs Fixed Inductor, Model L10-150, 10 uh, 150 Amp, Qty: 3 each, CLIN 10: Kintronics Labs Fixed Inductor, Model L19-150, 19 uh, 150 Amp, Qty: 2 each, CLIN 11: Kintronics Labs Fixed Inductor, Model L24-150, 24 uh, 150 Amp, Qty: 1 each, CLIN 12: Isolantite Standoff Insulator, Model 1415L12, Qty: 40 each, CLIN 13: Isolantite Standoff Insulator, Model 1415L14, Qty: 20 each, CLIN 14: Isolantite Standoff Insulator, Model 1415L16, Qty: 50 each, CLIN 15: Kintronics Labs RF Contactor, SPST, Model RFC200-100-1S, Qty: 3 each, CLIN 16: Kintronics Labs RF Contactor, DPDT, Model RFC200-100-1, Qty: 6 each, CLIN 17: Kintronics Labs Variable Insulated Capacitor Mounting, Model VCM1V1, Qty: 7 each, CLIN 18: Kintronics Labs Fixed Insulated Capacitor Mounting, Model VCM1F1, Qty: 3 each, CLIN 19: Kintronics Labs Variable Grounded Capacitor Mounting, Model VCM1VG, Qty: 3 each, CLIN 20: Kintronics Labs Special Variable Capacitor Mounting for 8 1500 pf capacitor, Model VCMA-2X4, Qty: 1 each, CLIN 21: Kintronics Labs Variable Insulated Capacitor Mounting, Model VCM2V, Qty: 2 each, CLIN 22: Kintronics Labs, Stainless Steel Screw, Model HDWR91772A540, Qty: 2 boxes, CLIN 23: Kintronics Labs, Lock Washer, Silicon Bronze, 1/4", Nickel Plated, 100 per box, Qty: 2 boxes, CLIN 24: Kintronics Labs, Brass Flat Washer, 1/4", Nickel Plated, 100 per box, Qty: 2 boxes. (vi) Contractor to provide miscellaneous electronic components for the IBB's Bangkok Transmitting Station. (vii). The above items shall be delivered F.O.B. Destination to: Kamino International Transport, I Concord Center, 113 Executive Drive, Suite 118, Sterling, Virginia 20166 within 30 days after contract award; (viii) The provision at 52.212-1, Instructions to Offerors---Commercial Items, applies to this acquisition. Interested Contractors who are capable of providing the above should submit (1) A quotation consisting of a Firm-Fixed Price, delivery information, and past performance as noted below. (2) Offerors are reminded to submit their DUNS Number with their price quotation. (ix) The provision at 52.212-2, Evaluation - Commercial Items, The Government will award a Contract resulting from this solicitation to the responsible Bidder whose quotation conforming to the RFQ will be most advantageous to the Government; price and other factors considered. The following factors shall be used to evaluate quotations: (1) Bidder's Bid Price, (2) Delivery of the above within thirty (30) days and (3) Examples of contracts for similar items (to include point of contact information); Advantages or disadvantages to the Government that might result from making more than one award. The contracting officer has determined, for the purpose of making multiple awards, that $500 would be the administrative cost to the Government for issuing and administering each contract awarded under a solicitation. Individual awards shall be for the items or combinations of items that result in the lowest aggregate cost to the Government, including the assumed administrative costs. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its bid; (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 Statues or Executive Orders-Commercial Items applies to this acquisition as well as the following clauses contained within FAR Clause 52.212-5: 52.219-6, Notice of Total Small Business Set-Aside (15 U.S.C. 644); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 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 Veterans (38 U.S.C. 4212); 52.225-3, Buy American Act -- North American Free Trade Agreement--Israeli Trade Act--Balance of Payments Program (41 U.S.C. 10a-10d), 52.225-13, Restriction on Certain Foreign Purchase; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. (46 U.S.C. 1241); . (xiii) There are no 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; (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this acquisition; (xv) Numbered note 1 applies to this procurement; (xvi) Questions shall be in writing directly to Wayne Greene by facsimile at 202-260-0855 or e-mail at wgreene@IBB.gov before Friday, June 18, 2004. Quotations are due no later than 3 PM EST, Thursday, July 15, 2004 and they shall reference RFQ No. BBGCON1704S5446. Price Quotations may be sent via e-mail at wgreene@ibb.gov or by mail to BBG/IBB, Office of Contracts, 330 C Street, S.W., Room 2523, Washington, DC, Attn: Wayne Greene. Quoters responding to this RFQ shall submit to the above-listed Contracting Specialist the following information by mail or e-mail, as part of their price quotation: unit and extend price for the above-listed items, prompt payment terms, correct remittance address if different from the quoter's mailing address, and a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Oral price quotations will not be accepted for this acquisition. Quotations shall be submitted in writing and must be signed by an official authorized to bind the Offeror's organization. Oral or facsimile quotations will not be accepted. All responsible sources may submit a bid, which shall be considered by the Agency.
 
Record
SN00595604-W 20040604/040602211528 (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.