Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2012 FBO #3933
SOLICITATION NOTICE

66 -- Circuit Test Set

Notice Date
8/29/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1500 West Perimeter Rd, Suite 2780, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
FA2860-12-T-0132
 
Point of Contact
Timothy G. Jensen, Phone: 2406125676, Kenneth M Grimsley, Phone: (301)981-6042
 
E-Mail Address
timothy.jensen@afncr.af.mil, kenneth.grimsley@afncr.af.mil
(timothy.jensen@afncr.af.mil, kenneth.grimsley@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ) # FA2860-12-T-0132. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. All responsible sources may submit an offer to be considered by the agency. This requirement is a 100% small-business set-aside. The North American Industry Classification System (NAICS) code is 334515 - Instrument Manufacturing for Testing and Measuring Electricity and Electrical Signals, and the business size standard is 500 employees. 2. Acquisition Details THIS IS AN UNFUNDED REQUIREMENT. AN AWARD WILL ONLY BE MADE ONCE FUNDS BECOME AVAILABLE. DUE TO THIS QUOTES SUBMITTED MUST BE VALID THROUGH 21 SEP 2012. This is a brand name or equal requirement; any item with the same salient physical, functional, and performance characteristics of the brand name item will be accepted. If providing an item other than the brand name item listed, interested parties must submit clear and convincing documentation that the submitted model is, in fact, an equal item. An item will be deemed an equal item if it has all the characteristics listed under CLIN 0001 below. For further details on evaluation procedures, refer to FAR clause 52.212-2 "Evaluation - Commercial Items" located below in this solicitation. 3. The Government will award a firm fixed price contract for a Circuit Test Set for the 89th Communications Squadron at Joint Base Andrews. The following item is being procured: CLIN Description Quantity Unit Price Total Price 0001 JDS Uniphase Mfr Part #: TB6000A-DS3-GIGE TB-6000A DS-STS1 and GIGE Single Port Package OR EQUAL 1 4. Delivery Information FOB: Destination Delivery date: 30 days after date of contract. Delivery address: 89th CS 1558 Alabama Ave Joint Base Andrews MD 20762 Contractor must provide an affirmative statement of their ability to meet the delivery requirement of 30 days after date of contract 5. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.211-6 - Brand Name or Equal; 52.212-1 - Instructions to Offerors - Commercial; 52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The Government intends to make a single purchase award to the responsible contractor who has the best overall offer based on price and descriptive literature and the offer that is lowest price, technically acceptable able to meet. Quote must be in full compliance to all other requirements set forth in the solicitation, who can meet the delivery date specified (No Later Than 30 Days) after receipt of the purchase order, in brand new condition. When evaluated, all evaluation criteria will be weighed equally. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. If additional information is required to support price reasonableness, each offeror may be required to provide a hard copy of their price break-down. No partial quotes or quotes without specifications will be accepted. Non-conformance with this requirement may result in the offerors quote being determined unacceptable. The government may communicate with an offeror in order to clarify or verify information submitted in their offer. If providing an item other than the brand name item listed, interested parties must submit clear and convincing documentation that the submitted model is, in fact, an equal item. In order to be deemed an equal item, the proposed item must: 1) Test DS3 BNC Interfaces 2) Test T1 & T1PRI Bandwidth w/ RJ45 Interfaces 3) Test Fast Ethernet 52.252-1 - Solicitation Provisions Incorporated by Reference; 52.252-5 - Authorized Deviations in Solicitation The following clauses are applicable: 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from http://orca.bpn.gov if registered in ORCA (On-line Representations and Certifications Application). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.214-31 - Facsimile Bids; 52.212-4 - Contract Terms and Conditions - Commercial Items; 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION); 52.219-6 - Notice to Total Small Business Set Aside; 52.222-3 - Convict Labor; 52.222-19 - Child Labor-Cooperation with Authorities and Remedies; 52.222-21 - Prohibition of Segregated Facilities; 52.222-22 - Previous Contracts and Compliance Reports; 52.222-25 - Affirmative Action Compliance; 52.222-26 - Equal Opportunity; 52.222-36 - Affirmative Action for Workers With Disabilities; 52.222-41 - Service Contract Act of 1965 52.222-50 - Combating Trafficking in Persons; 52.223-3 - Hazardous Material Identification and Material Safety Data; 52.225-13 - Restrictions on Certain Foreign Purchases; 52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration; 52.233-3 - Protest After Award; 52.233-4 - Applicable Law for Breach of Contract Claim; 52.246-2 - Inspection of Supplies - Fixed-Price; 52.247-34 - F.O.B. Destination; 52.252-2 - Clauses Incorporated by Reference; 52.252-6 - Authorized Deviations in Clauses; 52.253-1 - Computer Generated Forms; 252.204-7003 - Control of Government Personnel Work Product; 252.204-7004 - Alternate A, Central Contractor Registration; 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION); 252.225-7001 - Buy American Act and Balance of Payments Program; 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 - Levies on Contract Payments; 5352.242-9000 - Contractor Access to Air Force Installations; 5352.201-9101 - Ombudsman; The following local clauses apply to this acquisition: 11CONS-001 - Ceremonial Events; 11CONS-004 - Environmental Compliance; 11CONS-010 - WAWF Instructions; 6. Contracting Office Address 11th Contracting Squadron 1500 West Perimeter Road, Suite 2780 Joint Base Andrews MD 20762 7. Quotes All quotes must be sent via e-mail to SrA Timothy Jensen at timothy.jensen@afncr.af.mil, or via facsimile at 240-612-2176. Questions shall be submitted no later than 1:00 PM EST, 4 Sept, 2012. Quotes shall be submitted no later than 1:00 PM EST, 7 Sept, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-12-T-0132/listing.html)
 
Place of Performance
Address: 1558 Alabama Ave, Joint Base Andrews, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02860277-W 20120831/120829235808-56dbf8f0204086d21b14fc207d3f72e9 (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.