Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2006 FBO #1650
MODIFICATION

59 -- PROVIDE 5 GENERATORS, HEWLETT PACKARD MODEL HP8648C OR EQUIVALENT

Notice Date
6/1/2006
 
Notice Type
Modification
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
NWWA1200638536CMM
 
Response Due
6/15/2006
 
Archive Date
6/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to change the NAICS code from 335312 to 334119. All other information and terms remain unchanged. This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Weather Service (NWS), National Logistic Support Center (NLSC), Kansas City, MO to provide five (5) generators, Hewlett Packard Model HP8648C. This constitutes the only Request For Quote (RFQ), written offers are being requested; and a written RFQ will not be issued. DOC, CASC requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This notice is hereby issued as RFQ No. NWWA1200138536CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08. The line item(s) will be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses and provisions incorporated into this acquisition shall be: 52.212-4 Contract Terms and Conditions ? Commercial Items (Sep. 2005), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Apr. 2006) (Sections 5, 14, 15, 16, 17, 18, 19, 20, 23, 26 and 31), 52.247-35 FOB Destination, Within Consignee?s Premises (Apr.1984), 52.211-6 Brand Name or Equal (Aug. 1999){ 1) a significant number of these generators have already been purchased by NWS and distributed to various NEXRAD sites; 2) This equipment is being used at our primary operational technical support facility. Its technical assistance hotline must be able to coach technicians through troubleshooting activities using a standard frame of reference; 3) The equipment specified will be described in the published NEXRAD maintenance procedures, alteration of those procedures to accommodate equipment substitutions would be costly and manpower intensive in that the manual would have to be rewritten; 4) the equipment specified is being used at the NWS Training Center to train maintenance personnel; 5) Non standardized equipment is more expensive to support in the Consolidated Logistics Supply system; 6) NEXRAD is a joint program involving the Department of Commerce, The Department of Defense, and The Department of Transportation, in order to gain the most benefit from the shared resources of the three agencies, like support equipment must be used at all sites. RF Signal Generator Requirements are: 20 lbs. maximum, Separate frequency and amplitude controls, Pulse modulation capability, IEEE 488 interface, Reverse power protection, User definable sequencing. Specific Requirements are: Frequency Range: 100 KHz to 3.1 GHz, Frequency Resolution: at least 1 Hz, Frequency Accuracy: at least +/- 1.5 X 10E-6, Maximum output power: at least +10 dBm throughout frequency range, Minimum output power: lower limit no higher than -130 dBm, Output power level accuracy: at least +/- 1 dB, Spectral purity: less than -30 dBc for harmonics and less than 14 Hz @ 2 GHz for residual FM, Stability: less than +/- 1 ppm/year for aging less than +/- .1 ppm for temperature;}, 52.212-1 Instruction to Offerors ? Commercial Items (Jan. 2006), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Mar. 2005). The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (March 2000) (The Government will award a purchase order resulting from this request to the responsible firm whose quotation conforming to the request results in the best value to the Government price and other factors considered. The following factors shall be used to evaluate quotes: Technical capability; Warranty; Delivery; Past Performance; Product literature if providing other than the name brand, make & model: and Price. The price evaluation will determine whether the proposed price is realistic, complete, and reasonable in relation to the requirements of this request. The Government reserves the right to award to the firm providing other than the lowest priced quote if the Contracting Officer determines that to do so would result in the best value to the Government.}, 1352.246-70 Inspection and Acceptance (Mar. 2000). Inspection and acceptance will be performed at the National Logistics Support Center (NLSC), 1510 E. Bannister Road, Building 1, Kansas City, MO 64131. Full text of these CAR clauses and provisions is available at http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. Signed and dated quotes must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: AMD/Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Quotes must be received on or before 2:00 pm CDT, Thursday, June 15, 2006. Quotes may be faxed to 816-274-6923 Attn: Carey Marlow. Quotes submitted in response to this notice must include the following in order to be considered responsive to this request: 1. A schedule for delivery of the equipment. 2. A list of references including name and telephone numbers of firms to whom the offeror has successfully provided equipment that is the same or similar to that described herein. 3. Information on the commercial warranty that covers the equipment; A delivery schedule that meets or exceeds the schedule specified herein. 4. A completed price schedule for all line items identified in this notice. 5. FAR provision 52.212-3 Offeror Representations and Certifications ? Commercial Items (completed). 6. Certification of registration in CCR. This is a firm fixed price solicitation. PRODUCT DESCRIPTION: The contractor shall provide (5) Hewlett Packard Model HP8648C Generators, Synthesized RF signal, 100KHZ to 3.2 GHZ. Includes option 1E5, High Stability Timebase; Option 1E6, Pulse Modulation Capability. NSN # 6625-01-391-5354, ASN # T229A. BID FORMAT: Provide itemized pricing as follows: UNIT TOTAL CLIN #1 ? Hewlett Packard Model HP8648C Generators, Synthesized RF signal, 100KHZ to 3.2 GHZ. Includes option 1E5, High Stability Timebase; Option 1E6, Pulse Modulation Capability. (NSN # 6625-01-391-5354, ASN # T229A). Quantity 5 each $______________ each $_________________ FOB Destination GRAND TOTAL: $_________________ DELIVERY SCHEDULE: Required Delivery: July 20, 2006 (Assuming that the Government will make award by June 20, 2006) Proposed Delivery Date ______________________________________
 
Place of Performance
Address: NATIONAL LOGISTICS SUPPORT CENTER, 1510 E BANNISTER ROAD, BLDG 1, KANSAS CITY, MO 64131
Zip Code: 64131
Country: USA
 
Record
SN01060384-W 20060603/060601220328 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.