Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2007 FBO #2063
SOLICITATION NOTICE

66 -- Signal Generators

Notice Date
7/19/2007
 
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, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA8751-07-R-0012
 
Response Due
8/3/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. Solicitation FA8751-07-R-0012 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20070531. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a small business set aside under NAICS code 334515 and small business size standard of 500 employees. The contractor shall provide the following items on a firm fixed price basis: Item 1: Signal Generator Qty: 3 Description: Low phase noise, frequency range 100 kHz to 3.2 gHz. Phase noise less than -65 dBC/Hz at 1 Hz offset for 1 gHz carrier and less than -93 dBC/Hz at 10 Hz offset for 1 gHz carrier. Must include documentation and manuals. Specifications: see attached file. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The estimated delivery date is 30 days after award. The place of delivery, acceptance, and FOB destination point is F4HBL1/Transportation Office Depot 2, 148 Electronic Pkwy, Rome NY, 13441-4514. The provision at 52.212-1 Instructions to Offerors - Commercial Items (Sep 2006), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due by 3 PM Friday 03 August 2007. Submit to: AFRL/IFKO, Attn: Jacquelyn Fleet, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-7513 or by email to jacquelyn.fleet@rl.af.mil. (b)(4) Submit a technical description of the items being offered. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within five days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2 Evaluation - Commercial Items (Jan 1999) applies to this acquisition. Paragraph (a) is addended to read: the following evaluation factors shall be used to evaluate offers: price and technical capability. Both factors are of equal importance. The representations and certifications found in the provision at 52.212-3 Offeror Representations and Certifications - Commercial Items (Nov 2006) and ALT I (Apr 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Offerors are required to complete paragraph (k) of this provision and submit it with their proposal. In addition, offerors shall complete and submit the representations and certifications at 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005). For your convenience paragraph (k) of 52.212-3 and 252.212-7000 are attached to this solicitation electronically. The clause at 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007) applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Jun 2007) applies to this acquisition. The following additional FAR clauses cited within this clause also apply: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) 52.219-6 Notice of Total Small Business Aside (Jun 2003) 52.219-8 Utilization of Small Business Concerns (May 2004) 52.219-14 Limitations on Subcontracting (Dec 1996) 52.219-28 Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)). 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor?Cooperation with Authorities and Remedies (Jan 2006) 52.222-21 Prohibition of Segregated Facilities (Feb 1999). 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007), applies to this acquisition. The following additional FAR and DFARS clauses cited within the clause also apply: 52.203-3 Gratuities (Apr 1984) 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005) 252.225-7012 Preference for Certain Domestic Commodities (Jan 2007) 252.225-7014 Preference for Domestic Specialty Metals (Jun 2005) 252.227-7015 Technical Data--Commercial Items (Nov 1995) 252.227-7037 Validation of Restrictive Markings on Technical Data (Sep 1999) 252.232-7003 Electronic Submission of Payment Requests (Mar 2007) 252.243-7002 Requests for Equitable Adjustment (Mar 1998) 252.247-7023 Transportation of Supplies by Sea (May 2002) 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000) The following additional DFARS provisions and clauses also apply: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Oct 2006) 252.211-7003 Item Identification and Valuation (Jun 2005) 252.232-7010 Levies on Contract Payments (Dec 2006) 5352.201-9101 Ombudsman (Aug 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Susan Hunter, Building 15 Room 225, 1864 4th Street, Wright Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires payment requests to be submitted and processed electronically. Contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (https://wawf.eb.mil). Wide Area Workflow Training may be accessed at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. The following Numbered Notes apply: 1. Point of Contact Jacquelyn Fleet, Contract Specialist, Phone 315-330-3270, FAX, 315-330-7513, Email jacquelyn.fleet@rl.af.mil.
 
Record
SN01346813-W 20070721/070720001413 (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.