Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2011 FBO #3381
SOLICITATION NOTICE

66 -- Time Code Generators/Translators

Notice Date
2/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T0DG1035AG01
 
Archive Date
3/25/2011
 
Point of Contact
Kristina Brannon, Phone: 8508820346
 
E-Mail Address
Kristina.Brannon@eglin.af.mil
(Kristina.Brannon@eglin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AAC/PKOB at Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for 13 Time Code Generators/Translator. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The announcement number is F1T0DG1035AG01. The North American Industry Classification System (NAICS) code for this acquisition is 334519 with a size standard of 500 employees. Please identify your business size in your response based upon this standard. This is a BRAND NAME/ 100% small-business set-aside acquisition. BRAND NAME: ESE The requirement consists of the following items: CLIN 0001: Hardware. Two (2) IRIG-A, -B, -G Time Code Generators/Translators. 1 ¾" rack mount. Model # ES-295. Includes Eglin Mod*. Two (2) Configuration to include external sync input, and Two (2) front panel mounted time code locks; LED. IUID categorized item. CLIN 0002: Government furnished equipment to be shipped to vendor for upgrade. Nine (9) IRIG-A, -B, -G Time Code Generators/Translators. 1 ¾" rack mount; upgrade to include Eglin Mod*. Model # ES-295. Configuration includes Nine (9) oven controlled crystal oscillators, and Nine (9) front panel mounted time code locks; LED. CLIN 0003: Government furnished equipment to be upgraded and installed on site. Two (2) IRIG-A, -B, -G Time Code Generators/Translators; 1 3/4" rack mount; upgrade to include Eglin Mod*. Model # ES-295. Configuration includes Two (2) oven controlled crystal oscillators, and Two (2) front panel mounted time code locks; LED Features: • IRIG-A, B or G Input/Output • Generates/Translates Time Code •.56" yellow LED Time Display • LCD Setup/Status Display • USB Setup Interface • Error Bypass /Freeze modes o Manual & Automatic Reset for Error Bypass (Eglin Mod)* • Play speed operation • Wide range (100 mVPP - 10 VPP) AGC input • Analog or TTL Input Modes • One BNC Input Connector • Two BNC Analog Time Code Outputs • Two BNC TTL Time Code Outputs • Two BNC 1 PPS Outputs • Time Delay up to 9999 microseconds • Time Code Lock Output (DB9) • Settings retained in Battery Backed Ram • 19" single-rack height enclosure • Universal Power Supply (120/240 VAC) * The "Eglin Mod" consists of hardware and firmware upgrades to the unit for an added feature to the Error Bypass circuit. This added mode will allow the unit to flywheel when errors or complete loss of time code are detected on the input and will remain in this flywheel mode until "manually" reset. Additionally, the automatic mode has been enhanced to include an adjustable time reset capability. Available reset times are 1, 3, 5, and 10 seconds. The following clauses are incorporated by reference: FAR52.204-7, Central Contractor Registration; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52-212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; (JAN 99); FAR 52.212-2, Evaluation-Commercial Items; (JAN 05) Technical capability is more important than price; FAR 52-212-3 Offeror Representations and Certifications- Commercial Items (Offerors must submit a complete copy with their offers; FAR 52.212-4 Contract Terms and Conditions- Commercial Items; (OCT 03); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I;(Jul 95); FAR 52.223-11 Ozone-Depleting Substances; (MAY 01), 52.247-34, F.O.B Destination, (11/91); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2010), incorporating the following: • FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995); • FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; • FAR 52.219-8, Utilization of Small Business Concerns; • FAR 52.222-3, Convict Labor; • FAR 52.222-19 Child Labor - Cooperation With Authorities and Remedies; • FAR 52.222-21, Prohibition of Segregated Facilities; • FAR 52.222-26, Equal Opportunity; • FAR 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • FAR 52.222-36, Affirmative Action for Workers With Disabilities; • FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; • FAR 52.225-13, Restrictions on Certain Foreign Purchases; • FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.233-2, Service of Protest; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.247-34 FOB Destination; FAR 52.252-2 Clauses Incorporated by Reference; (FEB 98), 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 (End of Clause). DFARS 252.211-7003 Item Identification DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 05); DFARS 252.225-7001 Buy American Act and Balance of Payment Program (JUN 05); DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (APR 03); DFARS 252-232.7003, Electronic Submission of Payment Report (JAN 04); DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 02); DFARS 252.247-7023 Transportation of supplies by Sea, with Alt III (MAY 02). Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. Please make sure to include either your company's DUNS or Cage Code, and include FOB point and any shipping charges. Please make sure that any and all questions about this requirement are asked prior to submitting your quote. All responses must be received no later than 5:00 P.M., Central Standard Time on 10 Mar 2011. The quote is at the discretion of the offeror. Send all packages via email to Kristina Brannon at Kristina.Brannon@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1T0DG1035AG01/listing.html)
 
Place of Performance
Address: 46 TW LMCA MHU Bldg33, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02387237-W 20110226/110224234753-0a87298c21c776677b0489b10d474dde (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.