Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2008 FBO #2478
SOLICITATION NOTICE

58 -- HG 1700 Base w/ PC104 interface

Notice Date
9/6/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AF8183B002
 
Archive Date
12/11/2008
 
Point of Contact
Mary E Uptergrove, Phone: 661-275-2538
 
E-Mail Address
mary.uptergrove@edwards.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Open Competition - Combined Synopsis/Solicitation - F1S0AF8183B002 This is a combined synopsis/solicitation for commercial items prepared IAW the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 and DFARs Change Notice (DCN) 20080812. NAICS is 334220 with a small business size standard of 750 employees. This acquisition is a 100% small business set-aside. Award will be made to the lowest priced, technically acceptable offer that meets the salient characteristics listed below as described in FAR clause 52.211-6 - Brand Name or Equal. AFFTC/PKEA, Edwards Air Force Base, CA 93524 is seeking to purchase the Brand Name or Equal to following commercial items manufactured and designed by MicroBee Systems, Inc. as follows: P/N - IMU-1700-104 HG1700 Precision Base with PC/104 IDAN Compatible SDLC Communication Interface per JTC Specifications, 1 Ea.; and Shipping FOB Destination, 1 Lot. Minimum Salient Characteristics and System Performance Specifications: Line Item 01. IMU-1700-104 HG1700 Precision Base with P/C IDAN Compatible SDLC Communication Interface per JT3 Specifications: IU Fixture Requirements: Contractor shall mount an HG1700-AG58 unit on the base unit within a PC-104 frame of minimum height. Contractor shall mount the IMU to the base plate with the IMU axis aligned with the base plate axis. If alignment cannot be performed to within 0.01 degrees, the alignment error must be measured and reported for each unit. IU Requirements: The IU shall be designed to perform without failure under a normal industrial temperature range. The IU shall include conformal coating, shall accept a TTL-level-1 Hz timing signal, which it shall use for timing purposes and also feed to a selectable IRQ on the proving unit power and collecting measurements, shall include a general-use RS-422 asynchronous serial port that is accessible through the PC-104 bus and able to share an interrupt line with other ports, shall accept Type 1 and Type 2 messages from the IMU, shall time-tag the PC-104 stack. This can be either I/O mapped and shall be selectable. The IU shall provide a bus interrupt when a complete IMU data message is available and the interrupt shall be selectable by jumpers. Line Item 02. Shipping FOB Edwards AFB CA 93524. Delivery: 6 Weeks After Receipt of Order. Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524. The following provisions and clauses apply: Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 1995). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu,. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) 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: (i) technical capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.219-8 Utilization of Small Business Concerns 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 252.212-7000 Offeror Representations and Certifications--Commercial Items 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 address: http://farsite.hill.af.mil. 52.211-6 Brand Name or Equal 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-50 Trafficking 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-3 Alternate I 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101 Ombudsmen Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524 (Attn: Mary E. Uptergrove @ 661-275-2538), no later than Close of Business (COB) 16 Sep 2008 at 2 pm PDT. Faxed transmissions of quotes are acceptable. Fax #: 661-277-0470 (please call and verify that I have received the fax) or e-mail mary.uptergrove@edwards.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5478eb3da19a3f5257af1851ae7b3b2b&tab=core&_cview=1)
 
Place of Performance
Address: Edwards Air Force Base, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN01662066-W 20080908/080906213915-5478eb3da19a3f5257af1851ae7b3b2b (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.