SOLICITATION NOTICE
58 -- Digital Wideband Signal Recorder - 09QH233
- Notice Date
- 9/1/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 35 CONS - Misawa, Unit 5201, Misawa AB, APO Japan, 96319-5201
- ZIP Code
- 96319-5201
- Solicitation Number
- FA5205-09-Q-H233
- Archive Date
- 9/23/2009
- Point of Contact
- Yoshiya Hatanaka, Phone: 1181716572446
- E-Mail Address
-
yoshiya.hatanaka.jp@misawa.af.mil
(yoshiya.hatanaka.jp@misawa.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Digital Wideband Signal Recorder 35th Contracting Squadron Bldg. 656, USAF Misawa Air Base, Japan Unit 5201, APO AP 96319-5201 Request for Quotation No. FA5205-09-Q-H233 ATTN: Yoshiya Hatanaka 2 Sep 09 (JST) NOTICE TO OFFERORS: Funds are not presently available for this solicitation. No legal liability on the part of the Government for award may arise until funds are made available to the Contracting Officer and until the offeror receives award notice. The Government reserves the right to partially award the following items. The Government shall not be liable for any fees or expenses that are incurred or associated with the preparation of your quotation. Quotes submitted in response to this solicitation must remain valid until 30 Sep 2009 to be considered. Single award will be made. It is imperative you pay close attention to para a. regarding total weight and total cubic size of shipment. Please ensure quotes are marked with an acceptable expiration date. * If quoted "Equal Item", Specs, Catalogue, sample or any information shall be submitted along with this quotation. Please respond to this RFQ by providing following information, not later than 8 Sep 09 @ 15:00 (Japan Standard Time) via FAX or E-mail. POC: Mr. Yoshiya Hatanaka TEL:011-81-176-57-2447 / FAX: 011-81-176-52-4793 E-mail: yoshiya.hatanaka.jp@misawa.af.mil Item No Description Qty Unit Unit Price Ext/Amt 0001 (INFO CLIN) TITLE: E400 Signal Recorder Dual Advanced Disk Bay for 301 IS, Misawa Air Force Base, Japan. Salient Physical Characteristics and Capability a) Collect, digitally record, and playback wideband signals. b) Must concurrently collect at 400MB/sec for durations in exess for 60 minutes. c) Ability to store data to magnetic tape. d) Compatible with the EADXD0NSD0NS Eagle expansion chassis associated with wideband signal recorders in operation at undisclosed sites throughout the world. e) Ability to produce magnetic tapes compatible with the EAGXD0NLTO32 external tape drive in operation at undisclosed sites throughout the world. N/A N/A N/A N/A 0001 AA E400 Signal Recorder Dual Advanced Disk Bay Each with a 800 G High Performance 15K5 Disc Array Mfn by: DRS SIGNAL SOLUTIONS, INC. Mfr Model No.: E400 Signal Recorder Dual Advanced Disk Bay Each with a 800 G High Performance 15K5 Disc Array or equal 1 EA 0001 AB EAG/A12 Analog A12 Wideband I/O Module Mfn by: DRS SIGNAL SOLUTIONS, INC. Mfr Model No.: EAG/A12 Analog A12 Wideband I/O Module or equal 1 EA 0001 AC EAGXD0NSD0NS Eagle Expansion Chassis. Includes 2 advanced Eagle 200/400 style disk bays for future expansion. Mfn by: DRS SIGNAL SOLUTIONS, INC. Mfr Model No.: EAGXD0NSD0NS or equal 1 EA 0001 AD EAGXDONLTO32 External tape subsystem. Includes 2 LTO-3 tape drives and tape software. Mfn by: DRS SIGNAL SOLUTIONS, INC. Mfr Model No.: EAGXDONLTO32 or equal 1 EA 0001 AE EAGADD400S15K5 Eagle 200/400 disk pack, 400 GB high performance 15 K5 drives Mfn by: DRS SIGNAL SOLUTIONS, INC. Mfr Model No.: EAGADD400S15K5 or equal 1 EA If GSA Contract, Contract No.: Expiration Date: *The schedule of GSA shall be submitted along with the quotation. ************************************************************************************* a. Please check one:  Ship to FOB, P.O.E. (CCP DDJC Joaquin Consolidation & Container Pt. Bldg. 30, Tracy, CA 95376)*: →Total weight __________ lbs. & Total cubic size ___________ ft.³. (If shipping through Tracy, CA. Total weight and cubic Ft. must be included)  Shipment by parcel post to F.O.B, Destination (our APO address) via USPS Priority Mail. *Shipping charges must be included in item(s) price because shipping term is F.O.B, P.O.E. (Tracy, CA.) or F.O.B. Destination to APO via USPS. b. Warranty period, if any:. c. Business size: small large women-owned, socially and economically Disadvantaged small business. d. Your minimum order amount (MOA): $. e. Variation in Quantity:. f. Proposed delivery is days after receipt of order. g. Prompt payment discount terms:. h. Information provided by Name:. Title:. ***Your Ordering Address, Tel No. and Fax No*** _________________________________________________________ _________________________________________________________ _________________________________________________________ ***Your Remit to Address if Different from Ordering Address*** _________________________________________________________ _________________________________________________________ _________________________________________________________ Your CAGE Code: DUNS #: TIN No.: Central Contractor Registration (CCR) Registered or Updated, whichever is later, on (Date). *In order to do business with the Government above the micro-purchase threshold ($3,000.00), vendors are required to be registered in the CCR database. Lack of registration in the CCR database will cause a vendor to be considered ineligible for a contract award. The Contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. Registration and confirmation of CCR status can be accomplished at http://www.ccr.gov/ (IAW FAR 52.212-1Instructions to Offerors, Para (k)). * Offeror is required to complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database (see FAR 4.1102) unless otherwise the offeror shall complete only paragraphs (c) through (m) of FAR 52.212-3 and submit it. Offeror shall update the representations and certifications submitted to ORCA as necessary, but at least annually, to ensure they are kept current, accurate, and complete. The representations and certifications are effective until one year from date of submission or update to ORCA (IAW FAR 52.212-3 Offeror Representations and Certifications) The following clause is incorporated by full text. FAR 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 factor shall be used to evaluate offers: Price only (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/35CONS/FA5205-09-Q-H233/listing.html)
- Place of Performance
- Address: Misawa Air Force Base, Japan, APO AP 96319-5201, Japan
- Record
- SN01936918-W 20090903/090902011805-216b5f9c973a901bbd88ad05bcf49e14 (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 |