Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 20, 2001 PSA #2897
SOLICITATIONS

66 -- ANALYZER

Notice Date
July 18, 2001
Contracting Office
Department of Defense, Television-Audio Support Activity (T-ASA), Contracts Division, 3230 Peacekeeper Way, McClellan, CA 95652
ZIP Code
95652
Solicitation Number
MDA112-01-T-0012
Response Due
July 27, 2001
Point of Contact
Janet Janes, Contract Specialist, (916)643-0322 or Janet Lopez, Contracting Officer, (916)643-0283
Description
This notice is a combined synopsis/Request for Quotation 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 quotation, and therefore, a formal written quotation will not be issued. The solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 97-27. This procurement is set-aside for 100% small business participation. The North American Industry Classification System (NAICS) code is 334515, 500 employees. The Television-Audio support Activity has been tasked to purchase the following: four (4) each Audio Precision Inc. p/n: P1DD, Analog/Digital Audio Analyzer; 'Portable One Dual Domain' Digital Domain generated digital signals & measurements; front panel measurement functions; real-time graphs of swept measurements; back-lit LCD display; independent control frequency & amplitude; 2-channel; complete/parallel measurement capabilities f/analog & digital audio signals; analog performance: 30.6DBU; analog gen load function; individually switchable 600 OHM analog input terminations f/each channel; digital performance: -140DB distortion, -140DB noise residual; separate & independent analog & digital generators; separate digital I/O's; digital & analog monitor; interface signal measurements: Jitter, AES signal voltage, frame delay, delay of input signal; interface impairment simulation; independent interface I/O word widths; independent I/O sample rates; data 4-error testing capability; digital Dither selections; sample & frame SYNC; digital pass mode; signal monitoring outputs; store & recall tests capability; internal clock calendar; includes the following options: SMPTE/DIN intermodulation measurement and generation, model number P1-IMD; 96KHZ digital audio sampling rate option, model number 96-P1DD; PWR RQMTS: 100-120/230-240VAC, 50/60HZ (switch selectable). Standard commercial warranty required. The brand named item has been identified as an item that meets or exceeds the Governments minimum requirements but does not establish standards by which other brand named items are to be evaluated against. The equipment shall be delivered FOB destination to the Defense Information School, Ft. George Meade, Maryland not later than 60 days after receipt of order. All responsible sources may submit a quote, which shall be considered by the agency. Responses to this notice should be provided in writing by 27 Jul 01, 1300 PST. Offers may be mailed to: TELEVISION -- AUDIO SUPPORT ACTIVITY, Sacramento Contracting, ATTN: Janet Janes, 3230 Peacekeeper Way, McClellan, CA 95652-2600, or, if using courier services deliver to: TELEVISION -- AUDIO SUPPORT ACTIVITY, Sacramento Contracting, ATTN: Janet Janes, 3230 Peacekeeper Way, Bldg 209, Room 104, McClellan, CA 95652. Facsimile responses are acceptable. FAX to (916) 643-4032, ATTN: Janet Janes. To be eligible to receive an award resulting from this quotation, Contractor must be registered with the Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may apply through the Internet at "http://ccr.edi.disa.mil". You must include your Dun & Bradstreet (DUNS) number in order to apply. The provision at FAR 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. Offerors shall include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. Clauses at 52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.233-4001, Agency Protests, and the following sub-clauses apply to this acquisition: 52.202-1, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. DFARS 252.204-7004, 252.212-7000, 252.225-7001, and FAR 52.212-2 Evaluation-Commercial Items also apply. The evaluation criteria for this solicitation will consist of lowest priced, technically acceptable offer that meets the agency needs. The full text of a provision may be accessed electronically at these addresses: www.arnet.gov/far or www.dtic.mil/dfars. Local clause 52.233-4001 may be viewed at: www.tasa.army.mil/dc/tlc.htm. Point of contact in this office is Janet Janes, (916) 643-0322 or e-mail: janes@tasa-exchange.army.mil. ??
Record
Loren Data Corp. 20010720/66SOL003.HTM (W-199 SN50S1S4)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on July 18, 2001 by Loren Data Corp. -- info@ld.com