COMMERCE BUSINESS DAILY ISSUE OF JANUARY 18, 2001 PSA #2769
SOLICITATIONS
B -- SUBSURFACE RADAR SYSTEM
- Notice Date
- January 16, 2001
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Tyndall AFB, FL, 32403-5526
- ZIP Code
- 32403-5526
- Solicitation Number
- F08637-01-T-0011
- Response Due
- January 31, 2001
- Point of Contact
- Darryl Barnes, Contract Specialist, Phone 850 283-8624, Fax 850 283-3963, Email darryl.barnes@tyndall.af.mil -- Sue Ann Watford, Contracting Specialist, Phone 8502838621, Fax 8502838491, Email
- E-Mail Address
- Darryl Barnes (darryl.barnes@tyndall.af.mil)
- Description
- The 325th Contracting Squadron at Tyndall AFB FL intends to award a purchase order under Simplified Acquisition Procedures (SAP) for the purchase of a complete Subsurface Interface Radar (SIR) System-10H (or equal), with a Model 5106 -200MHz Antenna (or equal), and Survey Wheel Encoder to include 12 month warranty, and a two (2) person training course. This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5, 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 number is F08637-01-T0011 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 97-21 and Defense Acquisition Circular 91-13. This solicitation is in accordance with FAR Part 19. This solicitation is 100% SET ASIDE FOR SMALL BUSINESS CONCERNS in accordance with FAR Part 19. The North American Industry Classification System Code is 42183, size standard 100. The contractor shall provide the following: A complete Subsurface Interface Radar (SIR) System-10H (or equal), with a Model 5106 -200MHz Antenna (or equal), and Survey Wheel Encoder to include 12 month warranty, and a two (2) person training course. SYSTEM SPECIFICATIONS INCLUDE -- DISPLAY: GSSI CD-10, 19cm (7.5") VGA (640x480) or standard VGA monitor; DATA STORAGE: (2) Removable mass storage devices, 1.3Gb Internal hard drive; NUMBER OF DATA CHANNELS: 8-(SIR-10H), 4-(SIR-10B); INPUTS/OUTPUTS: Antenna: 4 -- (SIR-10H) or 2 -- (SIR-10B); 12 Volt DC power input; AT-keyboard input; Survey Wheel or distance measuring device input Parallel: 2-(SIR-10H) or 1-(SIR-10B); (For printers, GPS integration, data transfer) RS-232 serial output; SCSI-2 for eternal data storage device; NTSC/PAL video data output; Monitor: GSSI Model CD-10 or VGA monitor; Disk drive: 3.5", 1.44MB SYSTEM SETUP: Manual, Semi-automatic, or recall stored setups; NUMBER OF SYTEM SETUPS THAT USER CAN STORE: >50; NUMBER OF FACTORY INSTALLED SETUPS: 15; DATA COLLECTION MODES: Continuous Motion Profiling; Survey Wheel or Distance Measuring Device; Stationary Point by Point DISPLAY MODES: Color line scan, grey shade line scan, wiggle, oscilloscope; RANGE GAIN: Automatic or user selectable; FILTERS: Automatic or user selectable vertical and horizontal; STACKING: Automatic or user selectable; SCAN RATE: Automatic or user selectable, 8 to 220 scans per second; MAXIMUM EFFECTIVE SCAN RATE WITH A SURVEY WHEEL OR DMI: 100 scans/second; SAMPLING: Automatic or selectable, 256-8192 samples/scan (selected increments); RANGE: Automatic or user selectable, 5 to 10000 nanoseconds; DATA PLYBACK PROCESSING: User selectable, filters, gains, displays; DATA TRANSFER: Serial or parallel. Equipment will include transportation, labor, set-up, training, and associated manuals. Offerors must provide warranty information specific to all equipment. Please acknowledge all requirements on quotations. The technical literature submitted or any alternative proposal shall clearly communicate the offeror_s understanding and compliance with the minimum requirements as set forth in the specifications. This notice is solely within the discretion of the government. FOB destination is required by the Government. FOB point is AFRL/MLQD; 139 Barnes Drive, Suite 2; Tyndall AFB, FL 32404-5319. The required delivery date 21 Feb 2001. The following provisions and clauses can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors, Commercial Items, with the following: technical description of the items being offered in sufficient detail to evaluate compliance with the requirements of the solicitation (i.e. product literature), the terms of any expressed warranty, price and any discounts, and delivery times; The minimum requirements as set forth in the specifications reflect the Government_s desired features. FAR 52.212-2, Evaluation, Commercial Items. Award will be made to the offeror whose proposal represents the best value to the Government. Alternative quotes are encouraged. The following factors shall be used to evaluate offers: best value to Government. Alternative proposals are encouraged. The minimum requirements as set forth in the specifications reflect the Government_s desired features. However, alternative proposals demonstrating technically equivalent or technically superior performance characteristics than those outlined in the specifications will be considered. Offerors must provide along with their quote, information regarding past performance. Offerors must submit company names, addresses, telephone numbers, names, of contacts, contract numbers, and any other pertinent information to document past performance required by the Government. This information must include at a minimum three contracts placed over the past three years. Past performance will be used to evaluate the contractor_s ability to perform. Past performance information should be submitted by 29 January, 2001 OFFERORS MUST INCLUDE WITH THEIR QUOTE A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. 52.212-4, Contract Terms and Conditions -- Commercial Items, is tailored as follows: subparagraph c is changed to read: _Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data, etc. which may be changed unilaterally by the Government._; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders _ Commercial Items; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Alt 1); FAR 52.222-26, Equal Opportunity (Deviation); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-18, European Sanction for End Products; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment is required; 52.247-34, F.O.B. Destination. In accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://ccr.dlsc.dla.mil. On-line registration with the CCR is also available at the Small Business Administration Internet address (www.sbaonline.sba.gov). Confirmation of CCR registration must be obtained before award can be made. DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7007, Buy American Act _ Trade Agreements _ Balance of Payment Program; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7036, Buy American Act -- North American Free Trade Agreement Implementation Act _ Balance of Payment Program; DFARS 252.227-7015, Technical Data -- Commercial Items; DFARS 252.227-7037, Validation of Restrictive Markings in Technical Data; DFARS 252.232-7009, Payment by Electronic Fund Transfer; DFARS 252.243-7002, Certification of Requests for Equitable Adjustment. Quotes should reference RFQ No. F08637-01-T0011. Offers must be sent in writing to the administrator MSgt Barnes no later than 31 JAN 2001 at 2:00 P.M. (CST) to 325 CONS/LGCBA ATTN: MSgt Barnes, 501 Illinois Ave., Suite 5, Tyndall AFB FL 32403-5526. For more information contact MSgt Barnes at (850) 283-8666. You may also email MSgt Barnes at
- Web Link
- Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=F08637-01-T-0011&L=511)
- Record
- Loren Data Corp. 20010118/BSOL006.HTM (D-016 SN50B059)
| B - Special Studies and Analyses - Not R&D Index
|
Issue Index |
Created on January 16, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|