COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 24, 2001 PSA #2942
SOLICITATIONS
58 -- MICROWAVE RECEIVER BASE UNIT
- Notice Date
- September 20, 2001
- Contracting Office
- Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 300 O'MALLEY AVE., SUITE 49, Schriever AFB, CO, 80912-3049
- ZIP Code
- 80912-3049
- Solicitation Number
- FA2550-01-Q0687
- Response Due
- September 25, 2001
- Point of Contact
- Timothy Angermeier, Contracting Specialist, Phone 719-567-3431, Fax 719-567-2805, Email Timothy.angermeier@schriever.af.mil -- Laura Charles, Contract Specialist, Phone 719-567-3810, Fax 719-567-3809, Email laura.charles@schriever.af.mil
- Description
- Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR part 12.6, as supplemented with additional information included in this notice, and is in accordance with FAR 13.5. This announcement constitutes the only occasion for solicitation. Quotes are being requested and an additional written solicitation will not be issued. This solicitation, FA2550-01-Q0687, is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and Defense Federal Acquisition Circular 20001213. The North American Industry Classification (NAICS) code is 334290 and the business size maximum is 750 employees. The proposed contract will be awarded as a sole-source requirement. ITEM DESCRIPTION: Line Item 0001: 1 Each Microwave Receiver Base Unit, Manufacturer: Communication Solutions, Part Number: CS-5020C. Line Item 0002: Option 1b ? Adds second selectable center frequency IF Output of 70 MHz IF with 50 MHz BW or 140 MHz IF with 85 MHz BW or 160 MHz IF with 85 MHz BW. Line Item 0003: Option 2 ? Adds front panel for local instrument control. Line Item 0004: Option 7b ? Adds 70 MHz FM Demodulation and upto 7 corresponding IF BW filters from .25 to 50 MHz. The provisions at FAR 52.252-1 (Solicitation Provisions Incorporated by Reference), FAR 52.252-2 (Clauses Incorporated by Reference), FAR 52.212-1 (Instructions to Offeror/Commercial Items), FAR 52.212-3 (Offeror Representations and Certifications; please fill out and return with quote; this form can be downloaded at farsite.hill.af.mil), FAR 52.212-4 (Contract Terms and Conditions ? Commercial Items), FAR 52.212-5 (Contract Terms and Conditions Required To Implement Statutes or Executive Orders/Commercial Items), FAR 52.222-3 (Convict Labor), FAR 52.222-21 (Prohibition of Segregated Facilities, Feb 1999), FAR 52.222-26 (Equal Opportunity), FAR 52.222-35 (Affirmative Action for Disable Veterans of the Vietnam Ear), 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 52.222-19 (Child Labor, Cooperation with Authorities and Remedies), FAR 52.232-33 (Payment by Electronic Funds Transfer/ Central Contractor Registration/May 1999), FAR 52.232-34 (Payment by Electronic Funds Transfer?Other than Central Contractor Registration), DFARS 252.204-7004 (Required Central Contractor Registration), DFARS 252-212-7001 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders), DFARS 252.225-7001 (Buy American Act and Balance of Payments Program) are all applicable to this acquisition and can be obtained in Full text at the FAR website at farsite.hill.af.mil. This solicitation is subject to the Year 2000 Warranty -- Commercial Supply Items. The contractor warrants that each hardware, software, and firmware product delivered under this contract and listed below shall be able to accurately process date/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 to the extent that other information technology, used in combination with the information technology being acquired, properly exchanges date/time data with it. If the contract requires that specific listed products must perform as a system in accordance with the foregoing warranty, then that warranty shall apply to those listed products as a system. The duration of this warranty and the remedies available to the government for breach of this warranty shall be as defined in, and subject to, the terms and limitations of the contractor's standard commercial warranty or warranties contained in this contract, provided that notwithstanding any provision to the contrary in such commercial warranty or warranties, the remedies available to the government under this warranty shall include repair or replacement of any listed product whose non-compliance is discovered and made known to the contractor in writing within ninety (90) days after acceptance.In accordance with FAR 52.212-2 (Evaluation?Commercial Items), award will be based on the lowest responsive overall acceptable proposal, as submitted by a responsible offeror. Pricing will include all charges/fees. Proposals will be submitted in writing, and signed by an individual with the authority to bind their respective company; (electronic submissions via fax are acceptable), to 50 CONS/LGCB, Attn: Timothy Angermeier, 300 O?Malley Ave, Ste 49, Schriever AFB, CO 80912-3049. Fax (719) 567-3809. Proposals will be accepted until 3:00 P.M., (Mountain Time), September 24, 2001. Point of Contacts: Timothy Angermeier, Contract Specialist, Phone (719) 567-2316, e-mail timothy.angermeier@schriever.af.mil. Laura Charles, Contracting Officer, Phone (719) 567-2314, e-mail laura.charles@schriever.af.mil.=20
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AFSC/50CS/FA2550-01-Q0687/listing.html)
- Record
- Loren Data Corp. 20010924/58SOL003.HTM (D-263 SN50Y1V8)
| 58 - Communication, Detection and Coherent Radiation Equipment Index
|
Issue Index |
Created on September 21, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|