|
COMMERCE BUSINESS DAILY ISSUE OF JULY 15,1998 PSA#213745CONS, 1201 Edward H. White II St, MS 7200, Patrick AFB, FL
32925-3237 59 -- MONITORING SYSTEM COMPONENTS SOL F08650-98-T-6476 DUE 080498 POC
Linda Kelly, Contract Specialist (407) 494-9513, Ms Thyra Hayes,
Contracting Officer (407) 494-4292 This is a combined
synopsis/solicitation for a commercial item prepared in accordance with
the format in Subpart 12.6, as supplemented with additional information
included in this notice. This announcement constitutes the only
solicitation; quotations are being requested and a written solicitation
will not be issued. Solicitation # F08650-98-T-6476 is issued as a
Request for Quotation. The solicitation document and incorporated
provisions and clauses are those in effect through Defense Acquisition
Circular 91-13 and Air Force Space Command Circular 96-3. This
procurement is set aside for all responsible small business sources.
The SIC code and business size standard are 5063/500. This requirement
is for a fixed price contract for nineteen (19) line item(s) all Brand
Name or Equal. The manufacturer for Line Item (L/I) 0001 through Line
Item (L/I) 0017 is Darwell Technology Systems:. L/I 0001: Monitor
Software, SitePro XLT Configurable Graphic Based Windows Program, P/N
CVW-XLT-SW, Qty: 1 EA.; L/I 0002: Com-Linc II Converter for RS485 to
RS232, P/N LINC II, Qty: 2 EA.; L/I 0003: Protocol Converter Board for
DataAire AC Unit, P/N PCB-DAAC, Qty: 3 EA.; L/I 0004: Protocol
Converter Board for Liebert AC Unit, P/N PCB-LBAC, Qty: 1 EA.; L/I
0005: Protocol Converter Board for Liebert PDU, P/N PCB-LPDU, Qty: 2
EA.; L/I 0006: Protocol Converter Board for EPE 6000 Unit, P/N PCB-EPE,
Qty: 2 EA.; L/I 0007: Information Gathering Unit for 8 analog inputs/8
digital inputs/6 digital outputs, P/N IGU-1500-8, Qty: 2 EA.; L/I
0008: Fifty Foot (50') Continuous Length Direct Read Water Detection
Cable, P/N AT1-50-DM, Qty: 5 RL; L/I 0009: Water Dectection Module for
Direct Read, P/N AT1-DM, Qty: 3 EA.; L/I 0010: Water Detection Cable
Hold-Down Clips (50), P/N AT1-C, Qty: 2 EA.; L/I 0011: Wall Mount
Temperature Sensor, P/N TSW, Qty: 5 EA.; L/I 0012: Outside Wall Mount
Temperature Sensor, P/N TSO, Qty: 1 EA.; L/I 0013: Wall Mount Humidity
Sensor, P/N HSW, Qty: 3 EA.; L/I 0014, Outside Wall Mount Humidity
Sensor, P/N HSO, Qty: 1 EA.; L/I 0015, Transformer for each PCB and
IGU, P/N TR-480, Qty: 8 EA.; L/I 0016, Color Graphic for PCB Board
Display, P/N CVW-PCB-CAD, Qty: 4 EA.; L/I 0017, Point Water Detector,
P/N WD-1, Qty: 1 EACH. L/I 0018, Communicator Board for Data-Aire (DART
BOARD), Manufacturer: DataAire, P/N 160-200-150, Qty: 3 EACH. L/I 0019,
Five Hundred Feet (500 FT) Continuous Length RS-485 Wire, 18 AWG,
3-Conductor, Plenum Rated, Manufacturer: Belden, P/N 83653, Qty: 6
Rolls (Total: 3000 FT). These items are used to monitor existing mixed
vendor computer room support equipment (A/C, UPSs, and PDUs) via
direct protocol conversion, analog point and digital point methods.
Required delivery is thirty (30) days after contract award with
acceptance and FOB at destination. Delivery will be to the
Transportation Officer, Bldg. 310 (between 7:30 AM and 3:30 PM),
Patrick AFB, FL 32925-5270. FAR 52.252-1, Solicitation Provisions
Incorporated by Reference (FEB 1998), This solicitation incorporates
one or more solicitation provisions by reference, with the same force
and effect as if they were given in full text. Upon request, the
Contracting Officer will make their full text available. The offeror is
cautioned that the listed provisions may include blocks that must be
completed by the offeror and submitted with its quotation or offer. In
lieu of submitting the full text of those provisions, the offeror may
identify the provision by paragraph identifier and provide the
appropriate information with its quotation or offer. Also, the full
text of a solicitation provision may be accessed electronically at this
address: http://farsite.hill.af.mil/ (All letters in lower case.) (End
of provision). FAR 52.212-1 Instructions to Offerors -- Commercial
Items; FAR 52.212-3 Offeror Representations and Certifications --
Commercial Items; DFARS 252.225-7000 Buy American Act -- Balance of
Payments Program Certificate; DFARS 252.225-7035 Buy American Act-North
American Free Trade Agreement Implementation Act-Balance of Payments
Program Certificate (offerors shall provide a completed copy of the
provisions at FAR 52.212-3, DFARS 252.225-7000 and DFARS 252.225-7035
with offer) and DFARS 252.211-7003 Brand Name or Equal. FAR 52.252-2,
Clauses Incorporated by Reference (FEB 1998), This contract
incorporates one or more clauses by reference, with the same force and
effect as if they were given in full text. Upon request, the
Contracting Officer will make their full text available. Also, the full
text of a clause may be accessed electronically at this address:
http://farsite.hill.af.mil/ (All letters in lower case.) (End of
clause). FAR 52.212-4 Contract Terms and Conditions -- Commercial Items
(without addenda); FAR 52.212-5 Contract Terms and Conditions Required
to Implement Statutes or Executive Orders -- Commercial Items with the
following applicable clauses for para b -- FAR 52.222-26 Equal
Opportunity, FAR 52.222-35 Affirmative Action for Special Disabled and
Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped
Workers and FAR 52.222-37 Employment Records on Special Disabled
Veterans and Veterans of the Vietnam Era; DFARS 252.212-7001 Contract
Terms and Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items with the
following applicable clauses -- DFARS 252.225-7001 Buy American Act and
Balance of Payment Program and DFARS 252.225-7036 North American Free
Trade Agreement Implementation Act; FAR 52.219-6 Total Small Business
Set-Aside; FAR 52.225-11 Restrictions on Foreign Purchases; FAR
52.246-1 Contractor Inspection Requirements; FAR 52.247-34 FOB
Destination; DFARS 252.204-7004 Required Central Contractor
Registration (***AS OF 01 JUNE 1998 IT IS MANDATORY FOR ALL VENDORS TO
BE REGISTERED IN THIS SYSTEM IN ORDER TO RECEIVE A FEDERAL GOVERNMENT
CONTRACT. TO REGISTER CALL 1-888-227-2423 or register on-line at
http://www.safaq.hq.af.mil/contracting/ccr0.html (All letters in lower
case.)***); DFARS 252.227.7015 Technical Data -- Commercial Items;
DFARS 252.227-7037 Validation of Restrictive Markings on Technical
Data; DFARS 252.232-7009 Payment by Electronic Funds Transfer (CCR)
(JUN 1998); and AFSPCFARS 5352.212-9500 Commercial Warranty. YEAR 2000
COMPLIANCE REQUIREMENT: All Information Technology items must be year
2000 compliant or non-compliant items must be upgraded to be year 2000
compliant not later than December 31, 1999. Year 2000 compliant means
Information Technology that accurately processes dates/time data
(including, but not limited to, calculating, comparing and sequencing)
from, into, and between the twentieth and twenty-first centuries, and
the years 1999 and 2000 and leap year calculations. Furthermore, year
2000 compliant Information Technology shall accurately process
date/time data if the other Information Technology properly exchanges
date/time data with it. Any contract awarded as a result of this
solicitation will be a DO rated order certified for national defense
use under the Defense Priorities and Allocations System (DPAS) (15 CFR
700). The Government intends to make a single award to the responsible
offeror whose offer is the most advantageous to the Government
considering price and price-related factors to include past
performance. FAR 52.212-2, Evaluation -- Commercial Items, complete
para (a) with the following: Award will be made to the offeror who
meets the solicitation's minimum criteria for technical acceptability
at the lowest price and has a satisfactory past performance record. To
be determined technically acceptable, the offeror must furnish product
literature that demonstrates that the products offered meet each and
every requirement stated in the purchase descriptions given above for
Items 0001 through 0019. **THE FOLOWING MUST BE COMPLETED, AS
APPLICABLE, & RETURNED WITH YOUR QUOTE: 1. IF YOUR QUOTE IS FOB ORIGIN,
PLEASE PROVIDE THE TOTAL SHIPPING WEIGHT _________ AND/OR THE SHIPPING
COST ________. 2. IF THIS/THESE ITEM(S) IS/ARE ON ANY GOVERNMENT
CONTRACT, PLEASE PROVIDE COPY OF THE CONTRACT AND: CONTRACT NUMBER --
_________; EXPIRATION DATE -- ______; PROMPT PAYMENT TERMS -- _______;
FOB POINT -- __________. 3. FOR WARRANTY PURPOSES, PLEASE FURNISH THE
FOLLOWING INFORMATION FOR EACH LINE ITEM: THE WARRANTY EXTENDS FOR A
PERIOD OF ___ DAYS OR ___ YEARS FROM ( ) DATE OF SHIPMENT, ( ) DATE OF
RECEIPT OR ( )DATE OF INSTALLATION. 4. CONTRACTOR DUNS NUMBER --
____________. 5. CONTRACTOR CAGE CODE -- ________. 6. IS THE "REMIT TO"
THE SAME AS THE ORDERING ADDRESS? __YES/__NO IF "NO", PLEASE FILL IN
CORRECT "REMIT TO": NAME OF COMPANY -- ________________ NO/STREET OR PO
BOX NO. -- ______________ CITY/STATE/ZIP -- ____________.** Offers are
due no later than 3:30 PM EST on 04 Aug 98 at 45 CONS/LGCSA, 1201
Edward H. White II St., Bldg. 423, Patrick AFB, FL 32925-3237. For
information contact Linda Kelly, Contract Specialist, at (407)
494-9513, Fax (407) 494-2983. ****See Numbered Note 1. Posted 07/13/98
(W-SN222264). (0194) Loren Data Corp. http://www.ld.com (SYN# 0332 19980715\59-0005.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|