Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2012 FBO #3948
SOURCES SOUGHT

61 -- E8247C-520-UNR PSG Signal Generator, 250kHz to 20GHz

Notice Date
9/13/2012
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESC - Electronic Systems Center, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
F2MTZ22221B001
 
Point of Contact
Ebonie A. Charles, Phone: 2109774594
 
E-Mail Address
ebonie.charles@us.af.mil
(ebonie.charles@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. The request for quote number is F2MTZ2221B001. This constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This requirement is a commercial buy and is 100% TOTAL SMALL BUSINESS SET ASIDE. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-57, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 2012312, and Air Force Acquisition Circular (AFAC) 2012-0104. The Air Force Life Cycle Management Center, (AFLCMC), intends to award a Firm Fixed Price contract utilizing Simplified Acquisition Procedures for the purchase of (1) ONE Signal Generator, 250kHZ to 20GHz, with options E8247C-520 and E8247C-UNR. The associated North American Industrial Classification Standard Code (NAICS) code for this acquisition is 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, which has a small business size standard of 500; FAR 52.219-1, Small Business Program Representations (Apr 2011) Alternate 1 (Apr 2011). Delivery requirements are 30 days after receipt of order. Award will be made on "all" or "none" basis. Please include shipping in the unit price on your quote and not as a separate line item. Place of delivery shall be ESC HNCADR BLDG 2028 CP, Attn: Nancy Mendez, 230 Hall Blvd., Ste 158, San Antonio TX 78243-7081. The contractor must submit the invoice to the address in Block 18a of the contract. Likewise, the receiving official must submit a copy of the receiving report to the address in Block 18a of the contract. The detailed process will be outlined in the purchase order. All packages and shipping papers shall be marked with the order number to permit effective pricing and timely payment. Contractor (Awardee) shall submit a copy of their invoice to Ebonie Charles at the following email address: ebonie.charles@us.af.mil To be eligible for award, you must be registered in the Central Contractor Registration (CCR). Offerors may obtain information on CCR IAW 52.204-7 (Feb 2012) and annual confirmation requirements via the internet at www.ccr.gov. The following FAR provisions apply to this acquisition: 52.212-1, Instructions to Offerors--Commercial Items (Jun 2008). The Government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with 52.212-2, Evaluation--Commercial Items (Jan 1999) [paragraph (a) is as follows: The following factors shall be used to evaluate offers: (i) technical capability of the item(s) offered to meet the Government requirement; (ii) delivery; (iii) price. Each offeror shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (May 2011), Alternate I (Apr 2011) with their proposal. The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. The following FAR clauses, either by reference or full text, apply to this acquisition: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2011); 52.212-4, Contract Terms and Conditions--Commercial Items (Jun 2010). 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive orders--Commercial Items (Mar 2012) [The clauses that are check marked as being applicable to this purchase are: 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011); 52.219-28, Post Award Small Business Program Representation (Apr 2009); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor--Cooperation With Authorities and Remedies (Mar 2012); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)]; 52.247-34 F.O.B. Destination (Nov 1991); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) [The fill in portion of this clause is: http://farsite.hill.af.mil]; 52.252-2, Clauses Incorporated by Reference (Feb 1998) [The fill in portion of this clause is http://farsite.hill.af.mil]. The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.211-7003, Item Identification and Valuation (Aug 2008); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Jan 2009); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2012) [The clauses that are check marked as being applicable to this purchase are: 252.203-7000, Requirements Relating to Compensation of former DoD Officials (Jan 2009); 252.225-7001, Buy American Act and Balance of Payments Program (Jan 2009); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 252.225-7002, Qualifying Country Sources as Subcontractors (Apr 2003); 252.232-7010, Levies on Contract Payments (Dec 2006); 252.247-7023, Transportation of Supplies by Sea (Mar 2000). The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Apr 2010) [The fill in portion of this clause is: Cryptologic Systems Contracting Division, Bldg. 1618, 11 Eglin Street, Hanscom AFB MA 01731-2100, Telephone: 781-224-1740, Email: Lawrence.Coe@hanscom.af.mil Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil. If a change occurs in this requirement only those offerors that respond to this announcement within the required time frame will be provided with any changes/amendments and considered for future discussions and/or award. Interested firms must indicate whether they are a large, small, small-disadvantaged, 8(a) or women owned business, and whether they are U.S. or foreign owned. All required information must be received on or before 17 APR 2012 5:00 pm CST. All responsible sources may submit an offer via e-mail to ebonie.charles@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/F2MTZ22221B001/listing.html)
 
Place of Performance
Address: Bldg. 2028 CP, 230 Hall Blvd. ste 158, San Antonio, Texas, 78243, United States
Zip Code: 78243
 
Record
SN02881359-W 20120915/120914000843-425289bf6f3920eb2b0da19e1e40eb9d (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.