MODIFICATION
66 -- CURVE TRACER
- Notice Date
- 12/13/2002
- Notice Type
- Modification
- Contracting Office
- Department of the Air Force, Direct Reporting Units, 10 ABW/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
- ZIP Code
- 80840-2315
- Solicitation Number
- FO5611-03-P-0055
- Response Due
- 12/9/2002
- Archive Date
- 12/24/2002
- Point of Contact
- Benny Terry, Contract Specialist, Phone 719-333-2264, Fax 719-333-9103,
- E-Mail Address
-
benny.terry@usafa.af.mil
- Description
- This is a combined synopsis/solicitation for commercial items or services 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 solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposals (RFP), solicitation number F05611-03-P-0055, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07. LINE ITEM 0001: CURVE TRACER - specifics are as follows: 1. Must perform DC parametric characterizationof transistors, thyristors, diodes, SCRs, MOSFETS and other semiconductor devices. 2. Up to 2,000 volts or 10 amp sourcing. 3. Provide up to 220 watts measurements 4. At least 1 nanoamp resolution and down to 2 millivolt resolution; perform waveform comparisons. 5. Perform waveform comparisons 6. Perform waveform averaging. 7. Must be fully programmable. 8. Must have 3.5 inch MS DOS compatible disk storage to save and recall setups. 9. Must be able to print directly to a printer using HPIB bus interface OR print through a personal computer (PC) utilizing software provided by the manufacturer. 10. Must be supportable by the manufacturer. Parts and PMEL calibration data must be currently available along with required software upgrades. 11. Must have a test fixture to ensure operator protection during measurements. This fixture must accommodate standard A1001 through A1005 adapters with Kelvin sensing, 3 pin adapters without Kelvin sensing and the A1023 and 1024 surface mount adapters. Quantity: 5 (Five) Unit Price $__________ Total Price __________. Delivery requirement: FOB for this RFP is Destination. Proposals received with FOB other than Destination will be not be considered. Delivery will be required no later than 30 days after receipt of contract. This is a 52.211-6 Brand Name or Equal acquisition. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition. Addendum to 52.212-1: The Acceptance Period is 60 days. The provisions at 52-212-2, Evaluation--Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. Only technically acceptable offers will be evaluated. Offers will first be evaluated on a pass or fail basis to determine whether offers of equal products meets the salient physical, functional, or performance characteristics as stated above. Include in your offer descriptive literature such as illustrations, drawings, or a clear reference to information readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable. The following factors shall be used to evaluate offers. Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements in this document. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer (Attachment). The clause 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda applies to this acquisition. Addendum to 52.212-4: 52.219-6 Notice of Total Small Business Set-Aside (Jul 1996), 52.247-34 FOB Destination (Nov 1991), 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (Dec 2001) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 5, 11, 12, 13, 14, 15, 16, 19, 21 and 24. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Nov 2001), applies to this acquisition with the inclusion of the following 52.203-3, DFARS: 252.204-7004, Required Central Contractor Registration, 252.225-7000, Buy American Act - Balance of Payments Program Certificate, 252.225-7001, and Buy American Act and Balance of Payments Program. 252.225-7012 Preference for Certain Domestic Commodities. 252.243-7002 Requests for Equitable Adjustment. The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/ Offers must be received NLT 4:00PM Local Colorado Time, 18 December 2002, at 10th ABW/LGCB, ATTN: Benny T. Terry Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Proposals must be clearly marked with the solicitation number and date/time due as well as with the statement: Proposal enclosed - Time Sensitive. Proposals received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated.
- Place of Performance
- Address: 8110 Industrial Drive, Suite 200, USAF Academy CO
- Zip Code: 80840
- Country: USA
- Zip Code: 80840
- Record
- SN00223350-W 20021215/021213213746 (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 |