SOLICITATION NOTICE
58 -- SCADA System
- Notice Date
- 4/28/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, DE, 19902-5639
- ZIP Code
- 19902-5639
- Solicitation Number
- F73CEM41110100
- Response Due
- 5/7/2004
- Archive Date
- 5/22/2004
- Point of Contact
- Terrence Hardy, Contract Specialist, Phone 302-677-5220, Fax 302-677-2309, - Terrence Hardy, Contract Specialist, Phone 302-677-5220, Fax 302-677-2309,
- E-Mail Address
-
terrence.hardy@dover.af.mil, terrence.hardy@dover.af.mil
- Small Business Set-Aside
- Total Small Business
- 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 solicitation will not be issued. This procurement is being issued as a Request for Quotations (RFQ), and the reference number is F73CEM41110100. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2001-15. This is a 100% small business set-aside. The NAICS code is 334513 and the size standard is 500 Employees. CLINN 0001 Qty (2) 25 I/O Micrologix 1000 Programmable Logic Controller with analog capability; Allen Bradley Catalog # 1761-L20BWA5A CLINN 0002 Qty (2) Programming cable, Micrologix 1000 to personal computer; Allen Bradley Catalog #1761-CBLPM02 CLINN 0003 Qty (1) Master Date concentrator;Allen Bradley Slick 5/05 with 32K Memory; Allen Bradley Catalog # 1747-L551 CLINN 0004 Qty (2) Back Plane Mount for PLC; 4 slot Chassis-Modular Hardware Style; Allen Bradley Catalog #1746-A4 CLINN 0005 Qty (1) Direct Current (DC) Digital Input Module for programmable controller; Allen Bradley Catalog # 1746-IB16 CLINN 0006 Qty (1) Mixed Analog Module with two analog inputs and two analog current outputs; Allen Bradley Catalog # 1746-NIO4I CLINN 0007 Qty (1) Digital Output Module for Programmable controller; Allen Bradley Catalog # 1746-OB16 CLINN 0008 Qty (2) Rack Mount Power Supply for PLC; Allen Bradley Catalog # 1746-P1 CLINN 0009 Qty (3) Computer Programming cable; 5/30 RS-232 Programmer Cable, 10 feet long; Allen Bradley Catalog #1747-CP3 CLINN 0010 Qty (1) RSVIEW 32 WORKS 150 with RSLINX; Allen Bradley Catalog # 9301-2SE2103 CLINN 0011 Qty (1) RSVIEW 32 Active Display Floating Client (English); Allen Bradley Catalog # 9305-RSVADFCENE CLINN 0012 Qty (1) RSVIEW 32 Active Display Server (English); Allen Bradley Catalog # 9305-RSVADSENE CLINN 0013 Qty (1) RSLOGIX 500 Standard CDROM; Allen Bradley Catalog # 9324-RL0300ENE CLINN 0014 Qty (1) Rockwell Power Supply; Output = 24 VDC @ 2.5 AMP: Allen Bradley Catalog # 1606-XL60D CLINN 0015 Qty (2) Rockwell Power Supply; Output = 12 VDC @ 2.5 AMP: Allen Bradley Catalog # 1606-XLP30B CLINN 0016 Qty (10) Two Position Selector Switch, Allen Bradley Catalog # 800FP-SM22 CLINN 0017 Qty (5) Momentary Push Button Swith; Flush Mount; Green; Allen Bradley Catalog # 800FP-F3 CLINN 0018 Qty (5) Momentary Push Button Swith; Flush Mount; Red; Allen Bradley Catalog # 800FP-E4 CLINN 0019 Qty (20) Plastic Latch for Switches; Allen Bradley Catalog # 800F-ALP CLINN 0020 Qty (10) Latch Mount, Screw Contact Block, 1 Normally Open (N.O.); Allen Bradley Catalog # 800F-X10 CLINN 0021 Qty (10) Latch Mount, Screw Contact Block, 1 Normally Closed (N.C.); Allen Bradley Catalog # 800F-X01 CLINN 0022 Qty (10) Latch Mount, Screw Contact Block, 1 Normally Open (N.O.) and 1 Normally Closed (N.C.) ; Allen Bradley Catalog # 800F-X11DShipping must be FOB Destination Dover AFB, Delaware 19902. (The provision in FAR 52.212-1, Instructions to Offerors-Commercial items, is applicable to this solicitation. Offerors shall include with their quotes, a completed copy of FAR 52.212-3, Offeror Representations and Certifications--Commercial Items. FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercials Items (FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration); FAR 52.219-6, Notice of Total Small Business Set-Aside.; FAR 52.247-34, F.o.b. ? Destination, and DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DFARS 252.225-7001, Buy American Act and Balance of Payments Program), DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate and DFARS 252.225-7002, Qualifying Country Sources as Subcontractors are applicable to this acquisition. IMPORTANT INFORMATION FOR CONTRACTORS: Any award resulting from the solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act for Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF- RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost, is located at http://www.waftraining.com. The full text of these clauses may be accessed electronically at this address: http://farsite.hill.af.mil. The POC for this acquisition is Terrence Hardy (302) 677-5220, Fax (302) 677-2309, E-Mail terrence.hardy@dover.af.mil. Quotes should be marked with the reference number F73CEM41110100. Oral Quotes will not be accepted. Responses to this RFQ must be received via fax, e-mail, or mail by 7 May, 2004, 4:00pm. All vendors must be registered in the Wide Area Work Flow https://wawf.eb.mil. Vendors not registered in the Central Contractor Registration (CCR) database prior to award will be ineligible for award (https://www.ccr.dlis.dla.mil/ccr/scripts/index.html). No written request for quote is available. Award will be made based on best value.
- Place of Performance
- Address: Dover AFB, Delaware
- Zip Code: 19901
- Country: USA
- Zip Code: 19901
- Record
- SN00575440-W 20040430/040428221805 (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 |