Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2013 FBO #4253
SOLICITATION NOTICE

58 -- Multi-Standard/Format Waveform Monitor - Brand Name Justification

Notice Date
7/15/2013
 
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 Force Materiel Command, OO-ALC/PKO, 6038 Aspen Ave. B1289NE, Hill AFB, Utah, 84056-5805, United States
 
ZIP Code
84056-5805
 
Solicitation Number
F2DTAL3176A001
 
Archive Date
8/15/2013
 
Point of Contact
Christopher L. Harper, Phone: 8017775082, Jacob D. Caldwell, Phone: 8017752365
 
E-Mail Address
Christopher.Harper@hill.af.mil, Jacob.Caldwell@hill.af.mil
(Christopher.Harper@hill.af.mil, Jacob.Caldwell@hill.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Justification Letter for Waveform Monitor requirement Subject: Combined synopsis/solicitation for Multi-Standard/Format Waveform Monitor. 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; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quotation (RFQ) as solicitation number F2DTAL3176A001. It is issued on 15 July 2013 from the contracting office at: OO-ALC/PZIOA 6038 Aspen Ave Bldg 1289 NE Hill AFB, UT 84056-5805 All quotes must be received by 12:00 p.m. Mountain Time on closing date 31 July 2013. Quotes must be submitted electronically to the Contract Specialist A1C Harper at Christopher.Harper@hill.af.mil Brand Name: See attached Brand Name Justification Letter. Line Items: CLIN 0001; Multi-Standard/Format Waveform Monitor Desc: Item# WFM7200; Base unit w/2 sdi inputs. Base unit includes HD, SD and dual-link formats support. CLIN 0002; Input Module Option Desc: Item #WFM7200 2SDI; Provides an additional two SDI inputs. CLIN 0003; 3G Signal Support Option Desc: Item# WFM7200 3G; Add support for 3G-SDI signal formats (Level A & B) CLIN 0004; Analog Audio Monitoring Option Desc: Item# WFM7200AD; Add Analog Audio Monitoring plus AEX/EBU discrete digital audio or 16 channels of embedded audio supprt; includes Loudness monitor. CLIN 0005; A/V Delay Measurement Option Desc: item# WFM7200 AVD; Add support for out-of-service A/V delay measurement. CLIN 0006- Simultaneous Monitoring Option Desc: Item# WFM7200 SIM; Add simultaneous monitoring of 2 HD/SD-SDI inputs or HD/SD-SDI input and one CPS input. Clin 0007- Dual Rack Cabinet Option Desc: Item# WFMRACK-NN; 19 inch, 3RU, full-depth, dual rack cabinet that accomodates a combination of one or two WFM4xxx, WFM5xxx, WFM6xxx, WFM7xxx, or WFM8xxx series products. Location Hill AFB, UT Instructions to Offerors: The provisions at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Offeror's quotes must conform and contain all required information. All offerors must address each element listed in the Description of requirements, also to include delivery, installation and training but describing if their product does not meet, meets, or exceeds the requirement. Failure to address all elements may result in the government determining the quote technically unacceptable for award. Clearly indicate any deviations from the specifications. The Air Force is proposing a firm fixed price contract. All quotes deviating from this proposal must be clearly marked. Evaluation of Quotes: The following procedures will be used instead of procedures described in provision 52.212-2. (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 Government will use a Best Value determination to determine the successful offeror IAW FAR 13.103-1(a) (2). (b) Factors for award include price, machine characteristics, and machine performance. (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. Representations and Certifications: Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. Terms and Conditions: The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Additional clauses applicable to this acquisition include: 252.225-7000, Buy American Statute -- Balance of Payments Program Certificate. 252.225-7001, Buy American and Balance of Payments Program Other clauses applicable to this acquisition include: 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports Point of Contact: Contact the contract specialist A1C Harper for information regarding to this solicitation. Christopher.Harper@hill.af.mil 801-777-5082
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/75/F2DTAL3176A001/listing.html)
 
Place of Performance
Address: Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN03115987-W 20130717/130715234257-50a8e15ae51b16c356672ee656a89b4d (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.