Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2007 FBO #1979
SOLICITATION NOTICE

36 -- True Wave AC Power Source

Notice Date
4/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-07-T-0017
 
Response Due
5/14/2007
 
Archive Date
7/13/2007
 
Small Business Set-Aside
N/A
 
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; quotes ar e being requested and a written solicitation will not be issued. Solicitation number W9127Q-07-T-0017 is issued as a Request for Quote. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 05-16. Th is solicitation is Unrestricted. CLIN 0001, 2 Each, 1/3 PH True Wave AC Power Source, Single/Three Phase, 5.25 KVA AC/DC Power Source/ Input: 187-264VAC L-L, Three Phase, 47-63 HZ/ Output: 0-156/0-312VAC (AC or DC) 40-500 HZ. Elgar Model TW5250-1 or equa l. CLIN 0002, 1 Each Paralleling Kit for True Wave Power Source, Elgar Part No. 5161608-01 or equal. CLIN 0003, 2 each, Certificate of Calibration for True Wave Power Source. The purpose of this equipment is to provide a total of 10.5 KVA AC Power Source to operate SCATS Test Equipment. If the Offeror can quote on a single unit that will provide a total of 10.5 KVA, which is required to operate the SCATS Equipment, only one True Wave Power Source will be purchased and no Paralleling Kit will be purchased . The SCATS Test Equipment is used to test components on aircraft. The required delivery date is no later than 30 days after date of award. If requested by the Government, the Offeror must be able to provide literature which will allow sufficient evalua tion to determine what is being quoted is compatible with the test equipment it will support. The following clauses apply. FAR 52.212-1, Instructions to Offerors; FAR 52-212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Ter ms and Conditions Required to Implement Statutes or Executive Orders, the following provisions apply, 52.219-6, Total Small Business Set Aside, 52.219-8, Utilization of Small Business Concerns, 52.222-3, Convict Labor, 52.222-19, Child Labor, 52.222-21, Pr ohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36, Affirmative Action for Workers with Disabilities of the Vietnam Era, 52.222-37, Employment Re ports on Disabled Veterans and Veterans of the Vietnam Era, 52.232-33, Payment by Electronic Funds Transfer  Central Contractor Registration, 52.232-36, Payment by Third Party; 52.219-14, Limitation on Subcontracting. FAR52.247-34 F.O.B. Destination. Of fers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items. APPLICABLE DFARS CLAUSES are 252.212-7000, Offeror Representations and Certifications Commercial with its offer. 252.204-7004, Required Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisition of Commercial Items; the following provisions apply 252.225-7001 Buy American Act and Balance of Payments Program and 252.225-7012, Preference for Certain Domestic Commodities. Full text of these provisions may be accessed on-line at http://www.arnet.gov . This announcement is the solicitation. Evaluation criteria will be based on past performance and price. Contractor will be required, upon request from the Government, to provide references to demonstrate capability to perform the requested services. For technical questions, please contact CW3 James Clark, 228-214-1329. Proposals are due no later than 12:00 P.M. CDT, May 14, 2007, to USPFO-MS-PC, Attn: Gloria Jones, 144 Military Drive, Jackson, MS 39232-8860. Proposals may be emailed to gloria.jones5@us.army.mil or faxed to 601-313-1569 (email is the preferable method). CCR is a mandatory requir ement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract. To register on line go to http://www.ccr.gov/.
 
Place of Performance
Address: USPFO for Mississippi 144 Military Drive, Jackson MS
Zip Code: 39208-8860
Country: US
 
Record
SN01282150-W 20070428/070426223819 (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.