SOLICITATION NOTICE
66 -- FDR Test Set with Spectrum Analyzer
- Notice Date
- 8/21/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130 or Support Procurement Building 79, 75, 79, 78, or 63, Elizabeth City, NC, 27909-5001
- ZIP Code
- 27909-5001
- Solicitation Number
- DTCG38-03-Q-500012
- Response Due
- 9/12/2003
- Archive Date
- 9/30/2003
- Point of Contact
- Denise Hall, EISD Purchasing Agent, Phone 252-334-5323, Fax 252-335-6849, - Constance Cox, EISD Contracting Officer, Phone 252-335-6011, Fax 252-335-6849,
- E-Mail Address
-
DHall@arsc.uscg.mil, CCox@arsc.uscg.mil
- Description
- This is a combined synopsis/solicitation 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 solicitation. Quotes are being requested and a written document will not be issued. DTCG38-03-Q-500012 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-15. The applicable NAICS number is 334515; small business size standard is 500 employees. This is an unrestricted procurement. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5. The USCG Aircraft Repair and Supply Center in Elizabeth City has a requirement to purchase Item 1: Frequency Domain Reflectometer Test Sets to cover frequency range of 30Mhz through 13Ghz ; Quantity 30 Each, and should meet the following requirements: PURPOSE: The FDR is required for complete testing, analysis and troubleshooting of Antennas, RF cables, waveguides and associated RF components installed on aircraft. REQUIREMENTS: Frequency coverage: 30Mhz through 13Ghz (2 separate units to cover required frequency range is acceptable), Handheld, Rechargeable Battery operated, be self-contained to perform Display Return loss, Display Insertion loss, Display Distance to Fault (DTF); Be able to record traces made, and able to transfer traces to a computer, Resolution- >500 “data points” per trace, Type “N” RF port on instrument and Software available and supplied to conduct analysis of traces which must be compatible with Windows XP and Microsoft Outlook so that downloaded traces can be emailed to other locations for analysis. Software and licenses may be supplied at no additional cost or may be priced separately. Thirty (30) of site licenses must be priced (if charge is to be made) and supplied. Number of sets required: 30 (Presuming that 2 instruments may be required to cover the required frequency range, then the total number of instruments would be 60, 30 for the low band, 30 for the high band). All of the following accessories are required. Offeror must indicate whether the accessory is part of the instrument price or priced separately. For wave guide testing, the only frequency range of interest at this time is from 8.20Ghz to 12.40Ghz, adapting to a Type WR90 wave guide. The Phase stable coax cable and coax accessories shall be rated up to at least 18Ghz. All adapters will be of "Precision Quality". Waveguide adapter 1 per set, Dummy Load (waveguide)1 per set, Shorts (waveguide) 1 per set, Hardened Phase stable coax cable Nf-Nm1 per set, Dummy load (coax)1 per set, Short (coax)1 per set, Coax Adapter Nm-Nm 1 per set, Coax Adapter Nf-Nf 1 per set, Coax Adapter N-BNC 1 per set. Additionally, these accessories, if not normally supplied are also required: Hard Carrying Case 1 per instrument, Soft Carrying case 1 per instrument, Computer interface cable 1 per instrument, Battery Charger 1 per instrument, Instruction manual 1 per instrument. Item 2: Hand Held Spectrum Analyzer to support the FDR Unit shown as Item 1, Quantity 1 Each. Packaging: Packaging, packing and preservation shall be in accordance with best commercial practices to enable shipment to destination and transshipment to Coast Guard units without repackaging or incurring damage during shipment and handling. Items shall be individually packaged and labeled. Labeling shall include the appropriate, Part Number, Nomenclature, Quantity, Purchase Order and Line Item Number. Labeling data shall be attached to the outside of the shipping container. Packaging material shall not consist of popcorn, shredded paper, Styrofoam of any type, or peanut packaging. The internal packing material shall be sufficient to prevent damage during shipment, handling and storage. Bar coding is not required. Quotes may be submitted F.o.b. Destination or F.o.b. Origin, Freight Prepaid. F.o.b. Origin quotes must include shipping costs. Items are to be delivered to U.S. Coast Guard Aircraft Repair & Supply Center, Bldg. 63, Elizabeth City, NC 27909-5001. Inspection and acceptance of material shall be performed by USCG Aircraft Repair and Supply Center Receiving Personnel. Items delivered shall be new material. Reconditioned/used material is not acceptable. Drawings are not available and cannot by furnished by U.S. Coast Guard. Closing date for receipt of quotes is 12 Sep 2003 August 2003 4PM ESDT. For information regarding this request for quotation, contact Denise Hall (252) 334-5323 or e-mail dhall@arsc.uscg.mil or mail address Denise Hall, Purchasing Agent, U.S. Coast Guard, ARSC, EISD Procurement Office, Bldg 78, Elizabeth City, NC 27909-5001. Facsimile quotes are acceptable and may be faxed to (252) 335-6849. All responsible sources may submit an offer which shall be considered by the agency. Contractors must have valid Cage Codes, DUNS Numbers and be registered with CCR. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Items (OCT 2000) , FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) award will be made to the offeror proposing the best value to the Government. Source selection criteria will consist of Technical Capability of the item offered to meet the Government's requirements, Price and Delivery, and Past Performance. The Technical Capability is significantly more important than Price and Delivery and Past Performance. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JUN 2003) Offerors shall include a completed copy of this provision with offer; FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2002) with the following addenda: 52.211-14 Notice of Priority Rating for National Defense Use (SEP 1990) DO-A1, FAR 52.242-13 Bankruptcy (JUL 1995), FAR 52.247-32 F.o.b. Origin, Freight Prepaid (Jun 1988), FAR 52.247-34 F.o.b. Destination (NOV 1991), FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) Full text may be accessed electronically at internet address http://www.arnet.gov/far FAR 52.252-2 Clauses Incorporated by reference (Feb 1998) Full text may be accessed electronically at internet address http://www.arnet.gov/far , FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2003)(a) (b) (1)( ALT 1 Oct 1995), (7), (13-19), (21) (24), (25) and (29). FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS REQUIREMENT. The Government's obligation under this solicitation and any subsequent contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for award of contract or for any payment may arise until funds are made available to the Contracting Officer. Quotes may be submitted on company letterhead stationary and must include the following information: Nomenclature, Part Number, Unit Price, Extended Price, Estimated Delivery, Payment Terms, discounts offered for prompt payment, F.o.b. Shipping Terms, and must include the required FAR 52.212-3 Offeror Representations and Certifications – Commercial Items (Jun 2003) of which copies can be obtained by downloading the document from www.arnet.gov/far/, by email request to dhall@arsc.uscg.mil or by calling the agency. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs): The Department of Transportation (DOT) offers working capital financing and bonding assistance for transportation related contracts. DOT's Bonding Assistance Program (BAP) offers bid, performance and payment bonds on contracts up to $1,000,000 from DOT's Short-Term Lending Program(STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169 Internet address: http://osdbuweb.dot.gov.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/USCGARSC/DTCG38-03-Q-500012/listing.html)
- Record
- SN00409499-F 20030823/030821225006 (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 |