Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2004 FBO #0794
SOLICITATION NOTICE

59 -- Triplexer

Notice Date
1/28/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-04-Q-5023
 
Response Due
2/11/2004
 
Archive Date
3/12/2004
 
Point of Contact
Point of Contact - Barbara A McCanna, Contract Specialist, 619-553-7734; Joye Socha, Contracting Officer, 619-553-7515
 
E-Mail Address
Email your questions to Contract Specialist
(barbara.mccanna@navy.mil)
 
Small Business Set-Aside
N/A
 
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; quotations are being requested and a written solicitation will not be issued. Solicitation number N66001-04-Q-5023 is issued as a Request for Quotation. The provisions and clauses are those in effect at the time of this publication. Triplexers specifications are: pass bands: 30 to 90 MHz, 150 to 450 MHz, 800 to 2500 MHz. 50 dB of isolation between ports, less than 1 dB of insertion loss, volume less than 5 cubic inches (2.5 x 2.5 x 0.75 inches or 6.4 x 6.4 x 1.91 cm), weight less than 150 g. The two lower pass bands should have BNC female connectors. The upper pass band should have an SMA female connector. The common connector should be BNC female. There must be no degradation of performance if power inputs of up to 5 W are continuously applied. Quantity: 6 to 10 units. Delivery: First unit is April 1, 2004 and the next five to nine units are to be delivered by April 26, 2004. Quote is to include complete pricing information, delivery information, and technical specifications/data sheets of commercial item or modified commercial item being proposed. If the delivery timeframe is not reasonable, please provide a proposed delivery timeframe from time of award. Award will be made to the quote which offers a technically acceptable product at the lowest cost by a responsible firm, if funds become available. Funds are not presently available for this requirement. The Government's obligation to make award under this request for quotation is contingent upon the availability of funds.The following provisions and clauses apply to this RFQ and are incorporated by reference: (1) FAR 52.212-4 Contract Terms and Conditions - Commercial items (2) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive order -- Commercial Items. With reference to FAR 52.212-5, paragraph (b), the following additional provisions/clauses apply 52.222-3, Convict Labor; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans;; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-29, Terms for Financing of Purchases of Commercial Items; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; (3) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items. With reference to paragraph (b), the following terms and conditions are incorporated: DFARS 252.225-7001, Buy American Act and Balance of Payments Program; and DFARS 252.227-7015, Technical Data - Commercial Items. It is the contract's responsibility to be familiar with all applicable clauses and provisions. The full text of the FAR and DFARS maybe accessed at: http://farsite.hill.af.mil/. The applicable NAICS Code is 334220 and the FSC is 5985. Questions regarding this RFQ should be directed to the Contract Specialist via E-Commerce Central at https://e-commerce.spawar.navy.mil (note: this does not include "www" prefix) Quotations must be received on or before 3:30 pm (Pacific time) on February 11, 2004. Quotations shall be submitted via E- Commerce Central at https://e-ommerce.spawar.navy.mil (note: this does not include "www" prefix).
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=A75658BB1CC7538E88256E29005487E9&editflag=0)
 
Place of Performance
Address: SSC-SD 53560 HULL STREET, SAN DIEGO CA
Zip Code: 92152-5001
Country: UNITED STATES
 
Record
SN00511564-W 20040130/040128212612 (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.