Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2011 FBO #3591
SOLICITATION NOTICE

99 -- Equipment for Avionic Workshop - Bogota, Colombia

Notice Date
9/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Unit 5127, Apo AA 34038, AA 34038
 
ZIP Code
34038
 
Solicitation Number
RFQ1395722
 
Response Due
9/30/2011
 
Archive Date
3/28/2012
 
Point of Contact
Name: Susana Ramirez, Title: Procurement Agent, Phone: 0115713832207, Fax: 0115713832007
 
E-Mail Address
ramirezgs@state.gov;
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is RFQ1395722 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 452111 with a small business size standard of $30.00M.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-09-30 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Miami, FL, FL 33126 The Department of State requires the following items, Meet or Exceed, to the following: LI 001, Panel Mater: 200, VDC: 250 V (Max); 10 Megohms; 10 mV; 7-Segment, Red LED; 2 VA UNSPSC=41113637. P/N F45-1-14-0. Allied P/N 9190240. Manufacturer: SIMPSON ELECTRIC or similar., 10, EA; LI 002, Mixed Signal Oscilloscope; Digital Phosphor, 2GHz, 10/5GS/s (2/4 channels), 12.5M Record Length, 4+16ch, Certificate of Traceable Calibration Standart. PN: DPO5204GSA, Manufacturer: TEKTRONIX or similar.*******************Item 002 description does not match the part number. The proper description for the part number is MSO5204 or MSO5204GSA. Please advise if the quote is for the item description or the item part number."RESPONSE FROM BUYER: This is the P/N: MSO5204GSA, 3, EA; LI 003, DC Power Supply 30V, 25A, 750W; GPIB, LAN, USB, LXI. PN: N5745A, Manufacturer: AGILENT or similar., 2, EA; LI 004, SI-1404 Modes S & 4 Transponder with MLD, 110 V. PN: 1404-110, Manufacturer: AEROFLEX or similar., 1, EA; LI 005, RD-301A Weather Radar Bench Test Set 26L X 24W (IN) with Calibration. PN: 301A-C, Manufacturer: AEROFLEX or similar., 1, EA; LI 006, Frequency Range from 250KHZ to 3GHZ. PN:E4428C-503, Manufacturer: AGILENT or similar., 1, EA; LI 007, General Aviation Kit. PN: DMC286-02, Manufacturer: DANIELS MANUFACTURING CORP or similar., 1, EA; LI 008, Digital Precision Multimeter Bench Top 6.5 SW & Cable. PN: 8846A/SU, Manufacturer: FLUKE or similar., 8, EA; LI 009, Six Satellite Simulator. PN: GPSG-1000, Manufacturer: AEROFLEX or similar, 1, EA; LI 010, Nav/Comm Bench Test Set, 30L X 23W (IN), the Nav Avionics Signal Generator provides Internal Generation of Waveforms suitable for Testisng VOR, ILS, Marker Beacons, and SELCAL (Selective Calling) Radio Receivers, with a frequency range of 100 KHz to 1.35 GHz, it also covers the RF Range for full ADF and VHF/UHF, AM/FM COMM testing., 1, EA; LI 011, Wattmeter RF Power Analyst. PN: 4391A, Manufacturer: BIRD ELECTRONIC CORPORATION or similar., 2, EA; LI 012, Digital Self Contained Desoldering Station-Weller WRS1002X or similar, product Features: 80 watts of power for faster heat up and better performance For safely and efficiently removing through hole components from PCBs Digital process for exact temperature set, you control the process Microprocessor circuitry automatically recognizes other accessories Vacuum is generated with self-contained pump Programmable using optional WCB1 control module 80 watt desoldering pencil w/internal disposable solder collection tube Vacuum delay feature prevents clogging Uses new thread less DX Series desoldering tiplets., 8, EA; LI 013, WX1012 Soldering Station with WXP 65 Soldering Pencil & XNT1 Tip. Control Unit technical data: Dimensions: 6.69" x 5.94" x 5.12" Weight: 7lbs. Mains Voltage: 120V Power Input: 200W Temperature Range: 150?F - 999?F Temperature Accuracy: &plusmin; 17?F Temperature Stability: &plusmin; 4?F Case Material: Aluminum base with antistatic black coasting; antistatic polymide synthetic case Capacitive Touchscreen: 6 touch keys, turn and click wheel with enter key and finger guide, patented glass capacitive touch screen with antistatic, chemical and temperature resistant coating Display: Back lit LC-Display, 255 x 128 dpi., 8, EA; LI 014, Portable Z Shunt 30 AMP 50 MV: Current Rating:30A Accuracy: - 1% Peak Reflow Compatible (260 C): No Leaded Process Compatible: No RoHS Compliant: No PN: 06708-30A SHUNT, Manufacturer: SIMPSON or similar., 10, EA; LI 015, Digital Panel DC Current Indicators. PN/ F45-1-24-0 Manufacturer: SIMPSON or similar. Assemble. Features: 1/8 DIN Indicators 3-1/2" or 4-1/2" digit bright red LED display Front panel pops off for easy decimal point setting and display scaling Only 3.12" (79mm) required behind panel Screw terminal connectors for easy installation Optional excitation output., 20, EA; LI 016, Digital Panel DC Current Indicators. PN/ F45-1-25-0 Manufacturer: SIMPSON or similar. Assemble. Features: 1/8 DIN Indicators 3-1/2" or 4-1/2" digit bright red LED display Front panel pops off for easy decimal point setting and display scaling Only 3.12" (79mm) required behind panel Screw terminal connectors for easy installation Optional excitation output., 4, EA; LI 017, Digital Panel DC Current Indicators. PN/ F45-1-26-0 Manufacturer: SIMPSON or similar. Assemble. Features: 1/8 DIN Indicators 3-1/2" or 4-1/2" digit bright red LED display Front panel pops off for easy decimal point setting and display scaling Only 3.12" (79mm) required behind panel Screw terminal connectors for easy installation Optional excitation output., 2, EA; LI 018, ****************QUESTIONS AND ANSWERS**************** QUESTION: Is the equipment being used by Dept. of State for servicing U.S. aircraft or is the technology being transferred to a foreign entity? Transfer to a foreign entity is equated in our contracts with our suppliers as "export" and we are not allowed to do that. If it is owned and operated by State Department at a US Govt. Facility then we can bid. RESPONSE FROM THE BUYER: ?the equipment is to be used to test components that are installed in US titled aircraft, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. If Seller is bidding Cisco brand equipment, Seller certifies that it is a Cisco Authorized Channel as of the date of the submission of its Bid, and that it has the certification/specialization level required by Cisco to support both the product sale and product pricing, in accordance with applicable Cisco certification/specialization requirements.Unless otherwise specified, Seller warrants that the products are new and in their original box(es). The Seller confirms to have sourced all Cisco products submitted in this Bid from Cisco or through Cisco Authorized Channels only, in accordance with all applicable laws and Cisco?s current applicable policies at the time of purchase. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all Cisco software is licensed originally to Buyer as the original licensee authorized to use the Cisco Software. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been ?substantially transformed? in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered ?substantially transformed? based solely on its integration into IT or other systems. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/RFQ1395722/listing.html)
 
Place of Performance
Address: Miami, FL, FL 33126
Zip Code: 33126
 
Record
SN02588672-W 20110924/110923000004-37d7a3bfa460397bcc354f4d0e838fa1 (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.