Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2002 FBO #0180
SOURCES SOUGHT

58 -- FLIGHT DATA RECORDERS

Notice Date
5/29/2002
 
Notice Type
Sources Sought
 
Contracting Office
US Army Robert Morris Acquisition Center, APG Contracting Div., Aberdeen Branch, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
DAAD05-02-T-0457
 
Response Due
6/12/2002
 
Archive Date
7/12/2002
 
Point of Contact
Kathleen Wissler, 410-278-0891
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center, APG Contracting Div., Aberdeen Branch
(KATHLEEN.WISSLER@SBCCOM.APGEA.ARMY.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial items 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; proposals are be ing requested and a written solicitation will not be issued. The combined synopsis/solicitation number is DAAD05-02-T-0457. This requirement is a brand name or equal and shall be awarded on an ?all or none? basis. If providing equal, provide sufficient description/descriptive literature of the physical, functional, or performance characteristics of the item for comparison purposes. CLIN 0001 DataMars 104 rugged flight data recorder for two MIL-STND-1553 buses w/ IRIG-B, 24 analog signals or voice record ing capability, QTY 2, CLIN 0002 DataMars 104 rugged flight data recorder for four MIL-STND-1553 buses w/ IRIG-B, 24 analog signals or voice recording capability, QTY 1. The configuration includes a) CPU 300MHz, 64MB RAM, SVGA, 48MB DiskOnChip, b) Housing for removable PC-Card Flash Disk, c) 6-40 VDC Power Supply (50W), d) MIL-STD-1553 interface module for two buses and 4 buses (see CLINs 0001 and 0002 above), e) I/O interface module for 24 analog signals and voice recording w/software driver, f) IRIG-B ti me code reader module, g) 1.6 GB removable PC-Card Flash Disk, and h) DataMARS ground post analysis software w/virtual panels. Requisition Numbers W376AA2128A002. Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery shall be w ithin 90 days of contract award. Delivery shall be to Ft. Rucker, AL. This is a small business set-aside and the NAICS code is 334511 with a size standard of 750 people. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this ac quisition. The provision at 52.212-2, Evaluation--Commercial Items applies to this acquisition; fill-ins in Paragraph (a) are ?Price and Past Performance? and ?less important than price?. A completed copy of the provision at 52.212-3, Offeror Representati ons and Certifications--Commercial Items, must be provided with offers. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statut es or Executive Orders--Commercial Items, applies to this acquisition. Additional FAR clauses cited in this clause are applicable: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), (2 ) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer), (3) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)), (4) 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (5) 52.222-26 Equal Opportunity, (6) 52.222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era, (7) 52.222-36 Affirmative Action For Workers with Disabilities , (8) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), (9) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126), (10) 52.232-33, Payment by Electronic Funds Transfer-Central Cont ractor Registration (May 1999), and (11) 252.204-7004 Required Central Contractor Registration. The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Responses to this RFQ must be signed, dated, and received via electronic mail or fax by 12 June 2002 no later than 9:00 AM EST at the Robert Morris Acquisition Center, AMSSB-ACC-AT (Kathleen Wissler), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Kathleen Wissler, Contracting Officer, at (410) 278-0891, fax (410) 278-0900, or email Kathleen.Wissler@sbccom.apgea.army.mil.
 
Place of Performance
Address: US Army Robert Morris Acquisition Center, APG Contracting Div., Aberdeen Branch ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00084724-W 20020531/020529213301 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.