SOLICITATION NOTICE
58 -- Test Equipment for Systems Control Facility
- Notice Date
- 9/9/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Air Force, Air Combat Command, 9 CONS, 6500 B St Ste 101, Beale AFB, California, 95903-1712
- ZIP Code
- 95903-1712
- Solicitation Number
- F1H3D2
- Archive Date
- 10/1/2009
- Point of Contact
- Julie Gill, Phone: (530_634-3597
- E-Mail Address
-
julie.gill@beale.af.mil
(julie.gill@beale.af.mil)
- Small Business Set-Aside
- Total Small Business
- 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 are being requested and a written solicitation will not be issued. This solicitation, F1H3D29112AC02, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 334515 and the small business size standard is 500 employees. The following commercial items are requested in this solicitation; Item 0001 - SunSet MTT ACM+ Includes high resolution color display, 2mm banana interface and the following standard features: Dual Trace TDR, DMM, Load Coil Detector, Cable Pair Detect, and Impulse Noise, also includes standard 2.2 MHz measurement range for the following features: insertion loss, PSD background noise, Signal to Noise, and Frequency Generator. Standard accessories include test cables, SunSet jacket, and certificate of calibration, OR EQUAL Qty: 2 Item 0002 - SunSet SSxDSL-8 Dual T1 Module, provides basic T1 CSU/NIU loopbacfk testing, Fractional T1, and full duplex drop and insert for talk/listen. Includes CSU/NIU Emulation (SWxDSL-8EM), ESF and SLC-96 Datalink (SwxDSL-8DL), DS1 Intelligent NE Control (SWxDSL-8NE), and Pulse Mask analysis (SWXDSL-8PM). CLEI: VATSN40BAA CPR: 774398, OR EQUAL Qty: 2 Item 0003 - SunSet SWXDSL-8DDS Provides support for basic DDS applications involving interlevaved loopbakc, latched loopbacks, and error measurements, OR EQUAL Qty: 1 Item 0004 - SunSet SSMTT-38 SDH/SONET Module (1.5M, 2M, 34M, 45M, and 52M test module, RJ45 connector for 1.5M/2M, BNC connector for 34M/45M/52M. Includes: Histogram Analysis, Pointer Test Sequences, APS Switching Timing, Tandem Connections Monitoring, OR EQUAL. Qty: 1 Item 0005 - SunSet SWMTT-25G 2.5 G/622M/155M/52M (STM-16/4/1/0, OC-48/12/3/1) Testing, OR EQUAL Qty: 1 Item 0006 - SunSet SDH/SONET Optical Tranceiver SA581-1550-IR 2.5G/622M/155M/52M Transceiver 1550nm Intermediate Reach Tx/Rx SFP, LCUPC/SMF Connector, OR EQUAL. Qty: 1 Item 0007 - SunSet Micro OTDR Module- 1330/1550nm, 28/26 db, VFL, OPM, LS, SC/UPC Connector, OR EQUAL. Qty: 1 Items should be shipped 30 Days ADC, FOB: Destination for delivery to BEALE AFB, CA 95903. The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. All quotes must be sent to A1C Julie Gill at: Fax 530-634-3311; e-mail julie.gill@beale.af.mil. Quotes are required to be received no later than 12:00 PM PST, Wednesday, September 16, 2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/9CONS/F1H3D2/listing.html)
- Place of Performance
- Address: 6252 B St. Bldg 2445, Beale AFB, California, 95903, United States
- Zip Code: 95903
- Zip Code: 95903
- Record
- SN01947128-W 20090911/090910000850-cedb34a928c90866d7b4ee95b510d0f5 (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 |