Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 27, 2013 FBO #4113
SOLICITATION NOTICE

58 -- PROMAX HD RANGER+ ANALYZER, TV & SATELLITE (BRAND NAME OR EQUAL)

Notice Date
2/25/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement MD, 6700 Taylor Ave, Ft Meade, Maryland, 20755, United States
 
ZIP Code
20755
 
Solicitation Number
HQ0516-2332-0001-000
 
Point of Contact
Kathleen Hopkins, Phone: 3012226484
 
E-Mail Address
kathleen.hopkins@dma.mil
(kathleen.hopkins@dma.mil)
 
Small Business Set-Aside
N/A
 
Description
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number HQ0516-2332-0001-000 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-65 effective 29 Jan 2013 and DFARS Publication Notice 20121231 effective 31 Dec 2012. This acquisition is unrestricted. The description of the requirement with salient characteristics is shown on the Attachment. The delivery date shall be within thirty (30) days of receipt of contract. Delivery and Acceptance address is as follows: HQ0516 Defense Media Activity Attn: Jose Villazon Central Receiving Point 5921 16th Street, Building 190 Fort Belvoir, VA 22060 Delivery shall be FOB Destination FAR 52.212-1 (Instructions to Offerors - Commercial Items) (FEB 2012) applies to this acquisition. Re para (a): The North American Industry Classification System (NAICS) code is 334515 and the small business size standard is 500 employees. Re para (b) (8): Quotes must include a completed copy of FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (FEB 2012) with Alternate I (APR 2011) or indication that the offeror's Representations and Certifications are completed on SAM.gov. Note that Para (k) requires any prospective awardee shall be registered in the Central Contractor Registration (now SAM.gov) database prior to award, during performance and through final payment. ADDENDUM TO FAR 52.212-1 Offerors must use the attached Price Schedule for submission of pricing. GSA or OPEN MARKET prices will be considered. Period for acceptance of offers: Quotes offering less than 90 calendar days from the date designated for receipt of quotes for acceptance by the Government will be considered non-responsive and will be rejected. In order to minimize the risk of the Government purchasing counterfeit products or unauthorized secondary market equipment, which would not be supported by the Original Equipment Manufacturer (OEM), and in order to ensure that the Government purchases only equipment that is genuine (i.e., not counterfeit), authorized (e.g., including appropriate licenses), and supported (e.g., warranty and support services) by the OEM, Vendor shall certify that it is a Manufacturer Authorized Channel Partner status as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new and in their original box. The Vendor confirms to have sourced all Manufacturer products submitted in this offer from Manufacturer or through manufacturer Authorized Channels only, in accordance with manufacturer's applicable policies in effect at the time of purchase. FAR 52.212-2, Evaluation - Commercial Items (JAN 1999) applies with the following insertion in paragraph (a): Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/specialization requirements. Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e., CPARS, PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS). Offerors are reminded that the Government reserves the right to obtain past performance information from any source available. Offerors will be given the opportunity to respond to any negative past performance information received. It is the responsibility of all interested offerors to review this site frequently for any updates/amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. This contract will include the following referenced clauses which may be accessed electronically at www.arnet.gov or at http://farsite.hil.af.mil: FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.204-99 System for Award Management Registration (AUG 2012) (DEVIATION) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2012) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAR 2012) (DEVIATION) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.219-8 Utilization of Small Business Concerns (JAN 2011) FAR 52.232-33 Payment by Electronic Funds-Central Contractor Registration (OCT 2003) DFARS 252.204-7004, Alternate A, Central Contractor Registration (SEP 2007) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) DFARS 252.246-7000 Material Inspection and Receiving Report (MAR 2008) Additional FAR and DFARS clauses required by the regulations will be included. Local DMA clauses, 52.0100-4028 (Contract Contact Information) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment), will be included. QUOTES MUST BE RECEIVED NOT LATER THAN 2:00 PM EASTERN TIME, 4 MAR 2013 IN ORDER TO BE CONSIDERED. Quotes may be emailed to kathleen.hopkins@dma.mil or sent via fax to (301) 833-4948. Due to unexpected technical issues email and fax may not result in your quote arriving before the cut-off time, please allow extra time if you are sending your quote via electronic means. PRICE SCHEDULE. 0001. Ranger + Analyzer, TV and Satellite LINE ITEM IS DESCRIBED FROM MFR PROMAX, P/N HDRANGERPLUS (or Equal). OFFEROR'S Brand Name: __________________; P/N: ___________________ See FAR Clause 52.211-6. Quantity of 6/each. 0002. Promax Carrying Bag for HD Ranger+, Part Number DC301. Brand Name or Equal. Quantity of 6 each. CLIN 0002 must be the carrying bag for CLIN 0001. Salient Characteristics for Promax HD Ranger+ Analyzer TV & Satellite Approximate weight 5lbs to 8lbs 3GHz Band Conversion Minimum TUNING MEASURE - Digital frequency synthesis. Continuous tuning from 5 to 1000 MHz and from 950 to 2150 MHz. (Terrestrial and Satellite frequencies respectively). DVB, Mpeg-2 and Mpeg-4 compatible Standard Terrestrial TV & FM bands - 45 - 860 MHz. Tuning modes – Frequency and Channel Must be able to functions as a Spectrum Analyzer Must operate on battery power Must be portable
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ad8af883dce08eaad95f9066adc12f6a)
 
Place of Performance
Address: HQ0516 Defense Media Activity, Attn: Jose Villazon, Central Receiving Point, 5921 16th Street, Building 190, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN02995733-W 20130227/130225234924-ad8af883dce08eaad95f9066adc12f6a (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.