Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2004 FBO #0982
SOLICITATION NOTICE

66 -- GPS Receiver Systems

Notice Date
8/2/2004
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-04-T-0141
 
Response Due
8/12/2004
 
Archive Date
10/31/2004
 
Point of Contact
Tammy Tobe,(937) 257-6146 X4206
 
E-Mail Address
Email your questions to tammy.tobe@wpafb.af.mil
(tammy.tobe@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for a commercial item 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 FA8601-04-T-0141 is issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-04. The acquisition is 100% set aside for small business concerns. The associated standard industrial classification (SIC) code is 3812 and the North American Industry Classification System (NAICS) code is 334511. The small business size standard is 750 employees. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. The RFQ has four (4) line items. LINE ITEM 0001: Two (2) each, GPS receivers of these specifications (or as similar as possible): Dual frequency, WAAS, provides 2 cm Real-Time Kinematic positioning and real-time DGPS positioning with raw data output, and is configurable as a rover or base station. Enclosures should be rugged and feature integrated memory, an LCD, a keypad for data logging, and removable memory for data storage, RS-232 serial ports and variable frequency output and should include all necessary accessories. LINE ITEM 0002: Two (2) each, GPS receivers of these specifications (or as similar as possible): Dual frequency, WAAS, provides 2 cm Real-Time Kinematic positioning and real-time DGPS positioning with raw data output. Enclosures should be rugged and waterproof with serial ports and, if possible, a USB interface and should include all necessary accessories. LINE ITEM 0003: Four (4) each, RF cables, approximately 5 meters each, connectors as appropriate for the GPS antennas. LINE ITEM 0004: Four (4) each, GPS antennas, dual frequency, kinematic, zero-offset. Offer/Quote should include a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. FOB point is Destination (Wright- Patterson AFB OH 454330. Quoted prices should be delivered (FOB Destination) prices. Solicitation provisions at FAR 52.212-1, Instructions to Offerors ? Commercial (Mar 2000) are hereby incorporated by reference. Award will be based upon best value to the government considering cost and technical acceptability, see FAR 52.212-2 -- Evaluation -- Commercial Items. All offerors shall include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certification Commercial Items. Clause 52.212-4, Contract Terms and Conditions, Commercial Items (Dec 01), is hereby incorporated by reference. The following additional FAR clauses cited in FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items are applicable to the acquisition: 52.211-6, Brand Name or Equal; 52.204-6, Data Universal Numbering System (DUNS) Number; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era. The following FAR clauses are incorporated into this contract by reference to implement provisions of law or executive orders: 52.223-3, Hazardous Material Identification and Material Safety; and 252.204-7004, Required Central Contractor Registration; are hereby incorporated by reference. All proposals, Representations and Certifications, and Central Contractor Registration Information are due 16:00 PM ET on 12 August 2004 and must be submitted to Tammy Tobe, 88 CONS/PKSB, 1940 Allbrook Drive, Suite 3, Wright- Patterson AFB OH, 45433-5309. For information concerning this solicitation, contact Tammy Tobe at (937) 257-6146 ext 4206 (FAX 937-257-3926) or tammy.tobe@wpafb.af.mil. One (1) document (Representations and Certifications Document and Minimum Specifications Document) to this combined synopsis/solicitation is attached at www.pixs.wpafb.af.mil, (FA8601-04-T- 0141). 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 04T0141--GPS Receiver Systems please refer to http://www.pixs.wpafb.af.mil/pixslibr/04T0141/04T0141.asp
 
Web Link
04T0141-GPS Receiver Systems
(http://www.pixs.wpafb.af.mil/pixslibr/04T0141/04T0141.asp)
 
Place of Performance
Address: Wright-Patterson AFB OH
Zip Code: 45433
Country: United States of America
 
Record
SN00634851-W 20040804/040802212015 (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.