Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2009 FBO #2720
SOLICITATION NOTICE

59 -- Test Sets

Notice Date
5/6/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2VVJ69069AG01-Solicitation
 
Point of Contact
Nicole M. Taylor,, Phone: 8138281671, Russell T Beasley,, Phone: 813-828-4729
 
E-Mail Address
nicole.taylor-02@macdill.af.mil, russell.beasley-02@macdill.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
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; proposals are being requested and a written solicitation will not be issued. The 6th Contracting Squadron intends to solicit and award a firm-fixed price contract, under Federal Acquisition Regulation (FAR) Part 12 and 13. This solicitation is set-aside %100 for Service Disabled Veteran Owned Small Business. The North American Industry Classification System (NAICS) for this acquisition is 423610 with a Small Business Size Standard of 500 employees. Please identify your business size in your response based upon this standard. This solicitation (F2VVJ69069AG01) is being issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31 effective 20 April 2009, DFAR DCN 20090115 and AFFAR AFAC 2009-0318. The requirement is as follows: DESCRIPTION OF REQUIREMENT CLIN 1 Fireberd 8000 Application Module 4 EA. CLIN 2 Fireberd 8000 Datacom Advanced Results 4 EA. CLIN 3 Clock Recovery Software Option 4 EA. CLIN 4 2000 Testpad Compact Rackmount 3 EA. CLIN 5 T-Berd 2310 DS3 Package 2 EA. CLIN 6 T-Berd 2310 S/W Package 3 EA. CLIN 7 T-Berd 2310 OC-12 Package 1 EA. "or equal" must contain the following capabilities: Dual T1 Rx/Tx capabilities which allows for drop and insert capability. Internal, external, and recovered clock capabilities. Broken lead detection. Test interface modularity allowing for upgrades, additional capabilities. Remote operation. Battery operation. DTE/DCE emulation. Supports the following data interfaces: RS-232, RS-449, RS-530 and V.35. Supports testing from fractional T1 (Nx56 or Nx64) up through OC-12. Supports the latest T1 Bit Error Rate (BER) patterns such as T1-DALY and 55 OCTET, which are long patterns designed to simulate data streams. The signalling option enables you to test the ability of a switch/PBX to handle incoming calls and allows you to emulate switch-to-switch communications. You can place, receive, and monitor calls over several trunk types. Features include Send/Receive DP, DTMF, and MF digits to/from switches and PBXs. You can also measure inter-digit delay and digit/tone duration. The TIMS option allows performance of a frequency sweep test to qualify VF circuits. This option enables you to measure noise, including SNR, C-Message, C-Notch, 3k-Flat, and 3k-Notch. Also allows Voice Drop, variable tone, level insertion, and level frequency results. Items must be new, not reconditioned or refurbished. TERMS AND CONDITIONS DELIVERY: The software is to be procured on behalf United States Central Command(USCENTCOM), MacDill AFB (Tampa), FL 33621. Total cost shall include all shipping and handling. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration, FAR 52.212-1, Instruction to Offerors-Commercial Items; Addendum to 52.212-2, Evaluation-Commercial Items; The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will provide the best value to the Government. Offers will be evaluated based on all or none, total price; and equal products shall include specifications, pictures and/ or catalogs to provide sufficient data to show the like characteristics and capabilities. FAR 52.212-4, Contract Terms and Conditions; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.211-6, Brand Name or Equal, FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.219-28, Small Business Representations, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003 Control Of Government Personnel Work Product, 252.243-7001 Pricing Of Contract Modifications, 252-204-7004 (Alt 1), Required Central Contractor Registration. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause), 5352-242-9000, Access To Air Force Installations. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 14 May 2009 by 3:00 PM EST. Submit offers or any questions to the attention of Nicole Taylor, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to nicole.taylor-02@macdill.af.mil. Offerors who fail to complete and submit the requirement above may be considered non-responsive.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=eb7d3f582d8d7a956691bfe1e740e79d&tab=core&_cview=1)
 
Place of Performance
Address: MacDill AFB, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN01810599-W 20090508/090506222354-eb7d3f582d8d7a956691bfe1e740e79d (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.