Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2003 FBO #0633
SOLICITATION NOTICE

52 -- Variable Input/Output (10KHz-400MHz) Frequency Converter

Notice Date
8/22/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
 
ZIP Code
45433-5309
 
Solicitation Number
F33601-03-T-0188
 
Response Due
9/5/2003
 
Archive Date
9/30/2003
 
Point of Contact
Kimberly Henderson,(937) 257-6146 xt 4336
 
E-Mail Address
Email your questions to kimberly.henderson@wpafb.af.mil
(kimberly.henderson@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS/SOLICITATION FOR VARIABLE INPUT/OUTPUT (10KHZ-400mhZ) FREQUENCY CONVERTER F33601-03-T-0188 This is a combined synopsis/solicitation for a commercial item to be procured for the National Air Intelligence Center at Wright Patterson Air Force Base, 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 solicitation will not be issued. Solicitation F33601-03-T-0188 is issued as a Request for Quotations (RFQ). This procurement will be awarded in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. No hard copies will be sent. This proposed acquisition is FULL AND OPEN with a ?Brand Name or Equal? description. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. The associated standard industrial classification (SIC) code is 3825 and the North American Industry Classification System (NAICS) code is 334515. The RFQ has one (1) line item. LINE ITEM 0001: (3) each, Variable Input/Output (10 KHz ? 400 MHz) Frequency Converters. A technical description of the items being offered must be submitted in sufficient detail to evaluate compliance with the minimum requirements. Offerors must complete the fill-ins at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, which are attached at www.pixs.wpafb.af.mil. FOB point is Destination (Wright-Patterson AFB OH 45433). Quoted prices should be delivered (FOB Destination) prices. The following provisions apply to this acquisition and are incorporated: FAR 52.212-1, Instructions to Offerors ? Commercial (Oct 2000) FAR 52.212-2, Evaluation ? Commercial Items. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: Evaluation of quotes and subsequent award will be based upon best value to the government considering cost and technical acceptability. A technical description of the items being offered must be submitted in sufficient detail to evaluate compliance with the requirements. All offerors shall include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certification Commercial Items. FAR 52.212.3, Offeror Representations and Certifications ? Commercial Items, are listed as an attachment on the web site listed above and must be submitted with the quote. FAR 52.252-1, Solicitation Provisions Incorporated by reference. Fill In: http://farsite.hill.af.mil. The following clauses are hereby incorporated and will be included in subsequent award either by reference or in full text. FAR 52.203-3 Gratuities FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, With Alternate I; FAR 52.204-4, Printed or Copied on Double-Sided on Recycled Paper; FAR 52.204-6, Data Universal Numbering System (DUNS) Number; FAR 52.212-4, Contract Terms and Conditions, Commercial Items (Feb 02); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items: FAR 52.222-3 Convict Labor FAR 52.222-18 Certification Regarding knowledge of Child Labor for Listed End Products; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26, Equal Opportunity; FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-16, Sanctioned European Union Country Services; FAR 52.233-3, Protest After Award; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.204-7003, Control of Government personnel Work Product; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.209-7001, Disclosure of Ownership or Control of a Terrorist Country; DFARS 252.209-7004, Subcontracting w/firms owned or Controlled by Terrorist Countries; DFARS 252.212-7001Contract Terms and Conditions Required to Implement Status or Executive Orders; (APR 2003) DEVIATION DFARS 252.225-7001, Buy American Act; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7012, Preference for Domestic Specialty Metals DFARS 252.243-7002, Request for Equitable Adjustment; DFARS 252.247-7023 Transportation of Supplies by Sea A registration page will be attached to the web site. If you would like to receive notice of any amendments and/or addendum that may be issued to the solicitation, you may register. If you do not register, it is your responsibility to review the web site for any changes to the RFQ. Contractors that are debarred, suspended or proposed for debarment are excluded from receiving contracts. Proposals prepared by debarred, suspended or otherwise ineligible contractors are at the risk and expense of the contractor. Contract financing will not be provided for this acquisition. All responsible Sources may submit complete quote packages, including quote, Representations + Certifications and Central Contractor Registration Information by 16:00 PM EDT on 5 September 2003 to Kimberly Henderson, 88 ABW/PKSB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB OH, 45433-5309, or faxed to (937) 257-3926. For information concerning this solicitation, contact Kimberly Henderson at (937) 257-6146 ext 4336 or kimberly.henderson@wpafb.af.mil. Contractors must be registered in CCR prior to award for solicitations issued after 31 May 1998. Tel: 1-888-CCR-2423 Fax: 1- 703-696-0213. Duns/CCR Website: http://ccr.edi.disa.mil/ccr/cgibin//query.pl. All information regarding this acquisition will be posted on the World Wide Web at http://www.pixs.wpafb.af.mil. For more information on 03T0188--Variable Input/Output (10KHz-400MHz) Frequency Converter please refer to http://www.pixs.wpafb.af.mil/pixslibr/03T0188/03T0188.asp
 
Web Link
03T0188-Variable Input/Output (10KHz-400MHz) Frequency Converter
(http://www.pixs.wpafb.af.mil/pixslibr/03T0188/03T0188.asp)
 
Place of Performance
Address: 4180 Watson Way WPAFB, OH
Zip Code: 45433-5648
Country: United States
 
Record
SN00409823-W 20030824/030822213352 (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.