Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2005 FBO #1285
SOLICITATION NOTICE

35 -- Verification kits

Notice Date
6/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
FA8517-05-Q-76188
 
Response Due
6/3/2005
 
Archive Date
6/18/2005
 
Description
SOLICITATION: FA8517-05-Q-76188 POC: Barbara A. Singleton, Contract Specialist, 478-222-3768, FAX 478-926-6950 DESCRIPTION: This is a combined synopsis/ solicitation for commercial kits in support of the 8720D Network Analyzer prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The qualified source is Agilent Technologies Inc. This announcement constitutes the only solicitation; proposal is requested and a written solicitation will not be issued. This solicitation number FA8517-05-Q-76188 is issued as a request for quote (RFQ) and will result in a Firm Fixed price purchase order. The requested delivery date is 90 Days ARO. Award date is expected to be not later than 8 June 2005. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-03 11 April 2005 & Class Deviation. The NAICS Code assigned to this project is 334515, the size standard is 750 employees. This requirement is for 9 kits Electronic Test Station Kit that consists of verification kit (PN 85053B) and Radio Frequency (RF) cable set assemblies (PN 85131F) to support the verification and calibration of the 8720D Network Analyzer. The Contract Line Item will be provided IAW the Statement of Work attached hereto. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government?s right under the inspection clause, nor does it limit the Government?s rights with regard to the other terms and conditions under this contract. The warranty period shall begin upon final acceptance of the applicable deliverables listed in the schedule. The equipment shall be FOB Origin. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 05) is incorporated by reference and applies to this acquisition. The offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representation and Certifications ? Commercial Items (Jan 05) and DFARS 252.212-7000 Offeror Representations and Certifications (Nov 05) ? with its offer by entering the information into http://orca.bpn.gov. The FAR Clause 52.212-4 Contract Terms and Conditions ? Commercial Items (Oct 03) applies to this acquisition and will be incorporated into any resulting contract. The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 05) apply to this acquisition, specifically, the following cited clauses are applicable: 52.222-21 Prohibition of Segregated Facilities (Feb 99), 52.222-26 Equal Opportunity (Apr 02), 52.222-35 Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era (Dec 01), 52.222-36 Affirmative Action for Handicapped Workers (Jun 98), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (Dec 01), 52.225-3 Buy American Act Supplies (Jan 05), 52.204-7 Central Contractor Registration, and 52.232-33 (Payment By) Electronic Funds Transfer (Central Contractor Registration) (May 99). 52.247-1 Commercial bill of lading, 52.247-52 Clearance and documentation requirements, 52.247-32 (Jun 88) F.O.B Origin ? Prepaid Freight (Note 6Z. Note to contractor: Contact CTO if problems arise. Ship Door-to-door commercial express carrier service for movement of MICAP and Project Codes [TP-1 and TP-2/RDD 777]: 122,123,700,780 [With restrictions], 879,880, 9bu, 9FF, 9FS, 9GF, 9FV, 9FG, SURGE and 720). The following DFARS clause and provision applies to this solicitation and is incorporated by reference: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (Jan 05). Responses to this solicitation are due by 1500 hrs (3:00p.m.) on 4 June 2005. The proposal shall be signed by an official authorized to bind the company. Offerors shall submit 1 copy of their proposal to be mailed to 542 ATSG/GBTRKC, Bldg 300 Foyer, 205 Byron Street, Robins AFB GA 31098-1611 ATTN: Barbara A. Singleton or emailed to barbara.singleton@robins.af.mil. The Representations and Certifications (FAR 52.212-3 and DFARS 252.212.7000) shall be entered into ORCA at http://orca.bpn.gov : Offeror shall submit two copies of the commercial technical manuals for the proposed Distortion Indicator described in PD02LEEC73FY05 (above) to 542 ATSG/GBTRKD, Bldg 300 Foyer, 205 Byron Street, Robins AFB GA 31098-1611 ATTN: Barbara A. Singleton. No telephone inquiries will be accepted. STATEMENT OF WORK FOR VERIFICATION KITS AND CABLE SET ASSEMBLIES IN SUPPORT OF THE 8720D NETWORK ANALYZER February 24, 2005 Prepared by WR-ALC/LEEB 295 Byron St. Robins AFB, GA 31098-1611 TABLE OF CONTENTS 1.0 SCOPE 1.1 Background WR-ALC/LEACB contracted the development of a system-level calibration Test Program Set (TPS) for the Benchtop Reconfigurable Automatic Tester (BRAT). This calibration TPS performs verification and calibration of the instruments within the BRAT stations. The Network Analyzer (PN 8720D), an instrument within the BRAT B305B and R405B models, requires verification kits and Radio Frequency (RF) cable assemblies to adequately perform verification and calibration of the Network Analyzer?s functionality and accuracies. 1.2 Purpose This Statement of Work (SOW) describes the items required for the contractor to provide in support of verification and calibration of the 8720D Network Analyzer. 2.0 REQUIREMENTS 2.1 General Requirements The contractor shall provide the government with the following items and quantities: 9 each P/N: 85053B Network Analyzer 3.5 mm Verification Kit 9 each P/N: 85131F 3.5 to 3.5 mm Flex Test Port Cable Set (consists of P/N: 85131-60013 and P/N: 85131-60012) 2.2 Performance Requirements The kit, consisting of the verification kit (85053B) and cable set (85131F), must interface and function properly with the 8720D Network Analyzer in performing system verification and calibration in accordance with the Original Equipment Manufacturer?s (OEM) specifications. 2.3 Supplier Requirements The supplier must have a Quality Assurance (QA) program to minimize the potential of hardware deficiencies as well as a Configuration Management (CM) program to insure all test adapters and cable assemblies are configured with the same hardware and software. 3.0 ADDITIONAL INFORMATION Technical Point of Contact: WR-ALC/LEEB (478) 222-2130 Program Management Point of Contact: WR-ALC/LEACB (478) 222-2168
 
Place of Performance
Address: Agilent Technologies, Inc, 5301 Stevens Creek Blvd, Santa Clara CA
Zip Code: 95051
 
Record
SN00819274-W 20050603/050601212134 (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.