SPECIAL NOTICE
59 -- Intent to single source Fibre Channel Interface Equipment
- Notice Date
- 9/11/2012
- Notice Type
- Special Notice
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
- ZIP Code
- 89191-7063
- Solicitation Number
- F3GECA2193A003
- Archive Date
- 9/28/2012
- Point of Contact
- Darrin Talton, Phone: 702-652-8463
- E-Mail Address
-
darrin.talton@nellis.af.mil
(darrin.talton@nellis.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The 99th Contracting Squadron, Nellis AFB, NV intends to award a single source one time, firm fixed price purchase order for Fibre Channel Interface Equipment. To include: F.O.B. Destination to Nellis AFB, NV. Authority for this single source requirement is FAR 13.106-1(b)(1). This notice is for informational purposes only; no formal solicitation will be issued as a result of this announcement. Questions may be directed to Darrin Talton, Contracting Specialist, at darrin.talton@nellis.af.mil or MSgt Maya Hemingway, Contracting Officer, at maya.hemingway@nellis.af.mil. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b)(1). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by solicitation closing date and time will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. SOLICITATION #: F3GECA2193A003 - Fiber Channel Interface Equipment This combined synopsis/solicitation is issued as a Notice of Intent to Single Source. NAICS: 334515 CLIN 0001: (1) Two Port PCIe x4 bus to Fibre Channel Interface: Traffic Simulator, Receiver and Chronological Monitor for FC Layer 2, IRIG-B Time decoder/ Generator, 4GB RAM Coaxial or Optical physical front end via Small Formfactor Plugable (SFP). Includes Driver Software for Windows. CLIN 0002: Upper Layer Protocol option for FC-AE-ASM CLIN 0003: PBA.pro Framework & Designer Component. CLIN0004: PBA.pro Fibre Channel Resource Component, 2 Ports, FC Layer 2 Support CLIN0005: PBA.pro ASM Protocol Support for FC-AE-ASM CLIN0006: PBA.pro Fibre Channel Data Base Manager Component, for Decoding of Payload data (Optional) CLIN0007: PBA.pro Test & Script Manager Component. Supports tcI and Python Scripting Languages (Optional) It is the government's intent to award this contract to: AIM-USA LLC Seven Neshaminy Interplex, Suite 211 Trevose, PA 19053 1. We are aware that other vendors may offer similar fibre channel interface equipment however further testing would need to be conducted in order to ensure items provided will work with the F-35 Instrumentation Data Acquisition, Recording and Telemetry (DART) system currently in place which would be costly and require additional training and system reconfiguration to match with the current JFS instrumentation ground test stations. The following provisions and clauses (current through FAC 2005-60 effective 27 August 2012) are applicable to subject solicitation: FAR 52.204-7 - CCR; FAR 52.212-1 - Instructions to Offerors; 52.212-2 - Evaluation-Commercial Items; 52.212-3 - Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 - Terms and Condition - Commercial; FAR 52.212-5 Dev - Statutes/Exec Orders; FAR 52.219-28 - Post-Award Small Business Program Representation; FAR 52.222-3 - Convict Labor; FAR 52.222-19 - Child Labor; FAR 52.222-21 - Prohibition of Segregated Facilities, FAR 52.225-13 - Restrictions on Foreign Purchase; 52.232-33 - Payment by EFT - CCR; FAR 52.247-34 - FOB Destination, FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.225-7000 - Buy America Act - Balance of Payments Program, DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 - Electronic Submission of Payment Requests, AFFARS 5353.201-9101 - Ombudsman, AFFARS 5352.242-9000 - Contractor Access to Air Force Installations IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register. IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal. All quotes shall include the following minimum information: Estimated delivery date, Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. Prices shall be FOB Destination with delivery and acceptance at: Nellis AFB, NV. All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to darrin.talton@nellis.af.mil no later than 13 September, 2012, 12:00 pm PST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/F3GECA2193A003/listing.html)
- Record
- SN02876729-W 20120913/120912000349-fa921ca8f5fb53308eb4f8c8eebe950b (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 |