Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2009 FBO #2858
SOLICITATION NOTICE

66 -- Analyzers

Notice Date
9/19/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-09-T-1104
 
Response Due
9/24/2009
 
Archive Date
11/23/2009
 
Point of Contact
Steve Tirone, 928-328-6287
 
E-Mail Address
ACA, Yuma Proving Ground - DABK41
(steve.tirone@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: W9124R-09-T-1104 Response: 11:00 AM MST September 24, 2009 This is a combined synopsis/solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items, Part 13 Simplified Acquisition Procedures with additional information included in this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36 (10 September 2009) and class deviation 2009-O0011 and Defense Federal Acquisition Regulation Supplement (DFARs) current to DCN 20090825 edition. The awarded contract will be a firm fixed price contract. Pursuant to FAR 13.501(a)(1)(ii) this commercial item acquisition is being solicited as a sole brand commercial acquisition. Shipping will be FOB destination. The North American Industry Classification System (NAICS) is 334515 with a size standard of 500 employees. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The United States Army Yuma Proving Ground (USAYPG) has a requirement for six (6) Anritsu MT8222A Spectrum Analyzers with the following options: MT8222A BTS Master. Quantity of six (6): 1.Option 19 High Accuracy Power Meter 2.Option 25 Interference Analyzer 3.Option 27 Channel Scanner 4.Option 28 Signal Generator 5.Option 31 GPS 6.Option 33 OTA Measurement tool CDMA 7.Option 34 EVDO Measurement tool 8.Option 35 WCDMA/HSDPA OTA Measurements 9.Option 37 Mobile WiMAX OTA Measurements 10.Option 40 GSM/GPRS/EDGE RF measurements 11.Option 41 GSM/GPRS/EDGE Demodulator 12.Option 42 CDMA RF Measurements 13.Option 43 CDMA Demodulator 14.Option 44 WCDMA/HSDPA RF Measurements 15.Option 51 T1 BERT 16.Option 62 EVDO RF Measurements 17.Option 63 EVDO Demodulator 18.Option 65 WCDMA/HSDPA Demodulator 19.Option 66 Mobile WiMAX RF Measurements 20.Option 67 Mobile WiMAX Demodulator The following accessories are required in the quantities listed: 1.1091-27 Nmale to SMAfemale adapterQuantity: 12/ea 2.760-243-R Transit CaseQuantity: 6/ea 3.2000-1410 Magnetic GPS antennaQuantity: 8/ea 4.SM/PL-1 Nmale precision loadQuantity: 12/ea 5.SM/PLNF-1 Nfemale precision loadQuantity: 12/ea 6.OSLN50LF Precision OSL NmaleQuantity: 8/ea 7.2000-767 Precision OSL DINmaleQuantity: 12/ea 8.510-90 DINfemale to Nmale adapterQuantity: 12/ea 9.510-91 DINfemale to Nfemale adapterQuantity: 12/ea 10.510-92 DINmale to Nmale adapterQuantity: 12/ea 11.510-93 DINmale to Nfemale adapterQuantity: 12/ea 12.34NN50A Nmale to Nmale precision adapterQuantity: 12/ea 13.34NFNF50 Nfemale to Nfemale precision adapterQuantity: 12/ea 14.61532 Antenna KitQuantity: 8/ea 15.2000-1473 870-960 MHz antennaQuantity: 12/ea 16.2000-1474 1.71 to 1.88ghz antennaQuantity: 12/ea 17.15NNF50-1.5C 1.5M test cable Nmale to NfemaleQuantity: 12/ea 18.22N50 Open ShortQuantity: 12/ea 19.3-1010-123 30db, 50watt attenuatorQuantity: 12/ea 20.806-177-R RJ48 to RJ48 T1Quantity: 12/ea 21.PSN50 High Accuracy Power SensorQuantity: 6/ea 22.67276 CW signal generator kitQuantity: 6/ea 23.806-141 12 volt DC AdapterQuantity: 6/ea FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Aug 2009) with Alternate I (Apr 2002) and DFAR 252.212- 7000 Offeror Representations and Certification Commercial Items (Jun 2005) apply to this acquisition. All prospective offerors must be in possession of, or obtain a Data Universal Numbering System (DUNS) number, a Commercial and Government Entity (CAGE) Code, be registered with the Central Contractor Registration (CCR) database at http://www.ccr.gov/Default.aspx, and the Online Representations and Certifications Application database at https://orca.bpn.gov. Call 1-888-227-2423 for more information or visit the CCR website listed above. In order to manually complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm; an alternate web site is www.arnet.gov/far/ use Current FAR 52.212-3 in HTML or PDF format. Locate the referenced provision, copy and paste it to a Word Document and complete the document with all pertinent company information prior to submission. An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the ORCA Website. Government Visa Payment Card is the preferred method of payment. All quotations shall include transportation costs to U.S. Army Yuma Proving Ground, Yuma, AZ 85365. Arizona vendors are to include the Arizona Transaction Privilege Tax. Quotes shall be clearly marked W9124R-09-T-1104, Analyzers and emailed to the POC listed below or via facsimile (928) 328-6849 no later than 11:00 AM MST September 24, 2009. Offerors who fail to furnish the required representations or information as required by FARs 52. 212-1, 52.212-3, and 52.212-7001 cited below, or reject terms and conditions of this CSS may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR 52.202-1 Definitions (July 2004), FAR 52.212-1, Instructions to Offerors Commercial Items (Jun 2008), FAR 52. 212-4 Contract Terms and Conditions Commercial Items (Mar 2009), FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Order Commercial Items (Sep 2009). Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are, FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), FAR 52.219-8 Utilization of Small Business Concerns (May 2004), FAR 52.219-14 Limitations on Subcontracting (Dec 1996), FAR 52.219-23Notice of Price Evaluation Adjustment for Small Disadvantaged Business (Oct 2008), FAR 52.219-28 Post-Award Small Business Program Representation (Apr 2009), FAR 52.222-3 Convict Labor (Jun 2003), FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Aug 2009), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Mar 2007), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.222-39 Notification Of Employee Rights Concerning Payment Of Union Dues Or Fees (Dec 2004), FAR 52.222-54 Employment Eligibility Verification (Jan 2009), FAR 52.225-5 Trade Agreements (Aug 2009), FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct. 2003), FAR 52,203-3 Gratuities (Apr 1984), FAR 52.232-36 Payment by Third Party (May 1999), DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2009). Specific clauses cited in DFAR 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009), DFAR 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009), DFAR 252.225-7012 Preference for Certain Domestic Commodities (DEC 2008), DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008). After reviewing the solicitation if you plan on participating in this acquisition you are required to provide your name, address, phone number, and e-mail address via e-mail or facsimile to the address provided herein for notification of amendments. Pursuant to FAR Part 12.205 (c) the time period exception for receipt of proposals for consideration is 4 days instead of 45 days.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK41/W9124R-09-T-1104/listing.html)
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
 
Record
SN01962409-W 20090921/090919233859-ca3cbb427d67cc599d936d604eb11fbf (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.