Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2008 FBO #2448
SOLICITATION NOTICE

66 -- Replacement Parts for Symmetricom High Performance Frequency Standard - RA1341-08-RQ-0933DR

Notice Date
8/7/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Region Acquisition Division, 325 Broadway - MC3, Boulder, Colorado, 80305-3328
 
ZIP Code
80305-3328
 
Solicitation Number
RA1341-08-RQ-0933DR
 
Archive Date
8/12/2008
 
Point of Contact
DianaRomero,, Phone: 303-497-3761
 
E-Mail Address
diana.romero@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION Replacement Part for a Symmetricom High Performance Frequency Standard (I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number RA1341-08-RQ-0933DR. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. (IV) This procurement is unrestricted and open to all sources. The associated NAICS code is 334515. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: CLIN NO. 0001 BRAND NAME OR EQUAL TO: Symmetricom Part No. 10891A High Performance Replacement Tube for a Primary Frequency Standard Model No. 5071A. Quantity one (1) each. CLIN NO. 0002 BRAND NAME OR EQUAL TO: Symmetricom Part No. 1420-0514 Single 12V Lead-Acid Battery, replacement. Quantity two (2) each. CLIN NO. 0003 BRAND NAME OR EQUAL TO: Symmetricom Part No. 59991-91102 CBT Shipping Kit for 10890A or 10891A for return to Symmetricom San Jose, CA. CLIN NO. 0004 BRAND NAME OR EQUAL TO: Symmertricom Part No. 999-72000-81 Cesium Tub Disposal (VI) Description of requirements is as follows: The time and frequency division requires replacement parts for a primary frequency standard model 5071A. These parts must be compatible with existing equipment and must be an authorized manufacturer's representative of the items being supplied. The required salient characteristics are detailed below for the above line items. (a) Must be compatible with the Symmetricom Model 5071. (b) Five (5) year warranty minimum (c) No refurbished equipment will be acceptable. (d) Must be manufacturer or authorized manufacturer's dealer for items being offered. (VII) Required delivery 90 day ARO. Place of delivery is 325Broadway, Bldg. 22, Boulder, CO 80305-3328. Delivery shall be FOB Destination. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008), applies to this acquisition. In addition to written price quotes, offers are instructed to provide the brand name of an "equal" product, including manufacturer and model no. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Award will be made based to the Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Compatibility, 2) Past Performance, 3) Delivery, 4) Warranty and 5) Price. 1) Technical Capability - the RFQ shall address all the salient characteristics outlined above and shall provide indication of understanding and ability to meet requirements. If offering a "equal to" item the offeror shall provide the information supporting compatibility. 2) Past Performance - the RFQ shall include no fewer than 2 references, including address, phone number, and point of contact, from users who are recently been sold like items, or its equivalent, of the proposed items. Past performance will be evaluated in terms of quality, timeliness, and customer satisfaction. 3) Delivery - the RFQ shall state delivery time. 4) Warranty - the RFQ shall indicate the applicable warranty. 5) Price (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2008), with its quote. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2007), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2008) applies to this acquisition. The following clauses under subparagraph (b) apply: (15) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)). (16) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (17) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793) (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (24)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). (28) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). (29)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). (31) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (36) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: None in this subparagraph apply. (XIII) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http:www.arnet.gov (End of clause) The following additional terms and conditions apply: 52.211-6 Brand Name or Equal (Aug 1999) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) The Government intends to award a firm-fixed-price type order resulting from this solicitation. Quotes are required to be received in the contracting office no later than 12:00 P.M. MST/MDT on August 11, 2008. All quotes must be faxed or emailed to the attention of Diana Romero. The fax number is (303) 497-7791 and email address is Diana Romero@noaa.gov (XVI) Any questions regarding this solicitation should be directed to Diana Romero, 303-497-3761, Diana.Romero@noaa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fe75536772d1d93a77950d916f350dc2&tab=core&_cview=1)
 
Place of Performance
Address: 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN01634517-W 20080809/080807224540-fe75536772d1d93a77950d916f350dc2 (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.