|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 21,1997 PSA#176512th Contracting Squadron/LGC, 395 B Street West, Randolph AFB, TX
78150-4525 59 -- B1-B TRAINER COMPONENT PARTS SOL F41691-97-R0005 DUE 021897 POC
Point of Contact -- 2Lt Ray P Matherne,(210)652-5148, Contracting
Officer -- Fred Lagunas,(210)652-5145 This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; proposals are being requested and a written
solicitation will not be issued. Solicitation F41691-97-R0005 is issued
as a Request for Proposal (RFP) and incorporates provisions and clauses
in effect through Federal Acquisition Circular 90-42. This acquisition
is a 100% Small Business Set-Aside. Size standard is 1000 employees
and the standard industrial code is 3577. 12CONS, Randolph AFB TX has
a fixed price requirement for the following items: CLIN0001 --
AT-DSP2200 (p/n 776597-04) a high-resolution, high-performance DSP
accelerator board with a high-accuracy 16-bit analog input and a 16-bit
analog output of PC AT, 384kwords -- 1 each; CLIN0002 -- SCXI-1001 (p/n
776571-01) a 12-slot chassis 120 VAC -- 8 each; CLIN0003 -- SCXI-1326
(p/n 776573-26) a terminal block for SCXI-1162, SCXI-1162RV, SCXI-1163
and SCXI-1136R modules -- 130 each; CLIN0004 -- SCXI-1163R (p/n
776572-63R) a 32-channel solid state relay module which requires the
SCXI-1326 terminal block -- 65 each; CLIN0005 -- SCXI-1162 (p/n
776572-62) a 32-channel optically isolated digital input module which
requires the SCXI-1326 terminal block -- 65 each. SPECIFICATIONS: The
proposed contract action is for supplies and services for which the
Government intends to solicit and negotiate with only one, or a limited
number of sources under the authority of FAR 6.302. These are brand
name requirements manufactured by National Instruments, in which no
other manufacturer's products will satisfy these requirements. National
Instrument's part numbers are listed after each item. The SCXI-1001
chassis must be rugged and compact, while housing all SCXI modules. It
must feature a low-noise environment for signal conditioning. It also
must have an integrated instrumentation system, along with AC, DC, or
battery power options. The SCXI-1326 must be a high-voltage terminal
block with 48 screw terminals for signal connections. It must be
shielded for quick and convenient signal connections, and have strain
relief clamps for reliable wiring. The SCXI-1136R must have 8 banks of
4 solid-state relays, and be able to switch loads up to 240 VAC/VDC.
It must be able to use the LabVIEW application software package. The
SCXI-1162 must be arranged in 8 banks of 4, with 450 Vrms isolations
per bank. It must have direct parallel connection to digital I/O boards
for high-speed applications. It must also be compatible with LabVIEW
application software. FOB point is 12 LSS/LGLDE, 660 A Street West,
Randolph Air Force Base, Texas. The desired delivery is 60 days after
receipt of contract. Contractor shall provide all materials, labor and
transportation necessary to deliver the above listed items. The
following FAR provisions and clauses apply to this acquisition:
52.212-1, Instructions to Offers -- Commercial (Oct 95); 52.212-2,
Evaluation -- Commercial Items (Oct 95). The specific evaluation
factors are: a) technical capability of the item offered to meet the
Government requirement; b) past performance as determined by the
ability of the offeror to show projects completed within the last 3
years; and c) price. Offerors must include with their offer a completed
copy of the provisions at FAR 52.212-3, Offeror Representation and
Certifications -- Commercial Items (Jun 96) and DFARS 252.212-7000,
Offeror Representation and Certifications -- Commercial Items (Nov 95).
52.212-4, Contract Terms and Conditions -- Commercial Items (Aug 96);
52.247-34, F.O.B. Destination (Nov 91). Clause 52.212-5, Contract Terms
and Conditions Required to Implement Statutes or Executive Orders --
Commercial Items (Aug 96), specifically, the following clauses are
applicable to this solicitation: 52.222-26, Equal Opportunity (Oct 95);
52.222-35, Affirmative Action for Special Disabled and Vietnam Era
Veterans (Oct 95); 52.222-36, Affirmative Action for Handicapped
Workers (Oct 95). Clause DFARS 252.212-7001, Contract Terms and
Conditions Required to Implement Statues or Executive Orders Applicable
to Defense Acquisitions of Commercial Items (Nov 95), specifically, the
following clauses are applicable to this solicitation: 252.225-7001,
Buy American Act and Balance Payment Program (Jan 94). Technical
specifications and descriptions will be available by faxing written
request to 2Lt. Ray P. Matherne at (210) 652-4673 to include company
name, address, commercial and fax phone numbers, and a point of
contact. Offers must be sent in writing to the Contacting Specialists
above no later than 18 Feb 97. Award will be made on or about 10 Mar
97. All responsible sources may submit an offer, which, if timely
received will be considered by this agency. (0016) Loren Data Corp. http://www.ld.com (SYN# 0254 19970121\59-0011.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|