Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2006 FBO #1691
SOLICITATION NOTICE

70 -- Data Acquisition Sysytem

Notice Date
7/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 49 CONS, 1210 Forty Niner Road Bldg 811, Holloman AFB, NM, 88330-7908
 
ZIP Code
88330-7908
 
Solicitation Number
Reference-Number-F2ETGL60180A100
 
Response Due
7/18/2006
 
Archive Date
8/2/2006
 
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; proposals are being requested and a written solicitation will not be issued. The reference number for this procurement is F2ETGL6180A100 and this is a Request For Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the Best Value to the Government. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-11. The North American Industry Classification System (NAICS) code is 334119. PROJECT DESCRIPTION: CLIN 0001: Data Acquisition System with Pulse Code Modulation, 16-Channel, Analog Anti-Aliasing 5 pole fixed Butterworth filter at 40Khz +/- 5% for each channel. Must meet or exceed current SAE J211 specifications. A minimum of 24 fully programmable digital input/outputs. Operate on 10.5 to 16.5 VDC. QTY: 2 EA. Data Acquisition System with Pulse Code Modulation, 64-Channel, Analog Anti-Aliasing 5 pole fixed Butterworth filter at 25Khz +/- 5% for each channel. Must meet or exceed current SAE J211 specifications. A minimum of 18 fully programmable digital input/outputs. Operate on 10.5 to 16.5 VDC. QTY: 1 EA . All Data Acquisition Systems shall be of the same manufacturer, and must be compatible to use with each other simultaneously. All items shall be delivered FOB Destination to Holloman AFB, NM 88330. Provisions that apply to this acquisition are at FAR 52.212-1--Instructions to Offerors -- Commercial Items (Jan 2006), 52.212-2--Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Delivery of products before 21 Aug 2006 Price 52.212-3--Offeror Representations and Certifications -- Commercial Items (Jun 2006), 252-212-7001--CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUL 2006), Clauses that apply to this acquisition are at FAR 52.204-5--Women-Owned Business Other Than Small Business (May 1999), 52.204-9--Personal Identity Verification of Contractor Personnel (JAN 2006), 52.212-4--Contract Terms and Conditions -- Commercial Items (Sep 2005), ADDENDUM TO FAR 52.212-4-CONTRACT TERMS AND CONDITIONS- OCT 2003 COMMERCIAL ITEMS-Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriate data, etc., which may be changed unilaterally by the Government. Reference FAR 52.212-4, Paragraph (n) is hereby tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this contract shall pass to the government upon acceptance, regardless of when or where the Government takes physical possession. Title for commercially-available-off-the-shelf (COTS) Software is exempt from this paragraph. The terms and conditions of the software licensing. 52.203-6-- Restrictions on Subcontractor Sales to the Government (Jul 1995)Alternate I (Oct 1995), 52.219-14-- Limitations on Subcontracting (Dec 1996), 52.222-37-- Compliance with Davis-Bacon and Related Act Regulations (Feb 1988), 52.232-33-- Payment by Electronic Funds Transfer--Central Contractor Registration (Oct. 2003), 252.204-7004--ALTERNATE A (NOV 2003), 252.212-7001-- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUL 2006), 52.203-3 Gratuities (Apr 1984), 252.225-7001 BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2005), 252.225-7012-- PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (JUN 2004). Facsimile and email offers will be accepted. Contracting officer: Michelle M. Palmer. The point of contact for this solicitation is Christopher Sutton, SSgt, USAF, 505-572-7503, FAX: 505-572-7333, e-mail christopher.sutton@holloman.af.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) questions concerning this notice should be submitted to the Point of contact as indicated in this announcement.
 
Place of Performance
Address: Holloman AFB, NM
Zip Code: 88330
Country: UNITED STATES
 
Record
SN01087270-W 20060714/060712220616 (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.