Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2006 FBO #1510
SOLICITATION NOTICE

70 -- Fluke Networks Optiview Items, NESDIS, Wallops, VA

Notice Date
1/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Administrative Support Center, Norfolk Federal Building, 200 Granby Street, Norfolk, VA, 23510
 
ZIP Code
23510
 
Solicitation Number
EA133E-06-RQ-0175
 
Response Due
1/26/2006
 
Archive Date
2/10/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; BIDS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number RFQ EASC EA133E-06-RQ-0175 is issued as a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-08. This procurement action is a full and open requirement. The associated North American Industry Classification System (NAICS) code is 511210. A firm is a small business for the purpose of this requirement if it size standard is 500 employees. The National Oceanic and Atmospheric Administration (NOAA) require the following Fluke Networks items: 1. (5) each Optiview Pro Gig INA Recon Special Model OPV-GIG-RS; 2. (5) each Gold Support Package for OPV-GIG Series I or II Model GLD-OPV-GIG; 3. (5) each Processor Model #POV-S2/EK2;4. (5) each Optiview Protocol Expert, Model OPV-PE/PRO; 5. (5) each Gold Support Package for Optiview Protocol Expert Model OPV-PE/PRO;6. (1) each Optiview Console, Model OVC-500;7. (1) each Gold Support Package for Optiview Console 500; 8. (5) each Optiview Console Viewer License, Internally Installed and 9. (1) job Training (3 day on site for maximum of twelve people). The original manufacturer is Fluke Networks, Everett, WA. Contractors shall quote on all items. Interested persons shall provide documentation that demonstrates capability and compatibility to provide equivalent Fluke Networks items above. Information received will be considered by the Government for compatibility and capability. If documentation is not provided for other than Fluke Network items, quotations will not be considered. Quotes shall be FOB Destination. The provision at 52.212-1, Instructions to Offerors_Commercial applies to this acquisition and there are no addenda to this provision. Bidders shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications_Commercial Items, with its offer. Contractors shall refer to www.arnet.gov to obtain a copy of required 52.212-3, Representations and Certifications. Commercial Items. FAR clause 52.212-4, Contract Terms and Conditions_Commercial Items, applies to this acquisition and there are no addenda to this provision. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clause cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10U.S.C. 2402), 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3), 52.219-14,Limitation on Subcontracting 915 U.S.C. 637(a)(14), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-3, Buy American Act- Supplies(41 U.S.C.10) and 52.225-9, Buy American Act_Trade Agreements Act-Balance of Payments Program(41 U.S.C. 10,19 U.S.C.2501-2582) . In order to comply with the Debt Collection Improvement Act of 1996, ALL CONTRACTORS must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal contract. For information regarding registration in CCR contact the CCR website at www.ccr.gov/index.cfm. Contractors are asked to provide their (DUNS) Dun and Bradstreet nine digit number along with their quotation. Quotes can be faxed to 757-441-3786 or be sent electronically to Michele.A.McCoy@noaa.gov. Quotes must be received no later than 12:00 p.m. on January 26, 2006.
 
Place of Performance
Address: 35663 Chincoteague Road, Wallops, VA
Zip Code: 23337
Country: US
 
Record
SN00965328-W 20060114/060112211848 (fbodaily.com)
 
Source
FedBizOpps 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.