Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
SOLICITATION NOTICE

66 -- Agilent Test Equipment & Software - J&A

Notice Date
7/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 95652, United States
 
ZIP Code
95652
 
Solicitation Number
HQ0727-14-R-L014
 
Archive Date
8/12/2014
 
Point of Contact
Lucy Boswell, Phone: 9162312824
 
E-Mail Address
lucy.boswell@dmea.osd.mil
(lucy.boswell@dmea.osd.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
J&A K = Combined Synopsis/Solicitation Notice PSC Classification: 6640 NAICS Code: 334515 Title: Agilent Test Equipment and software IAW SOW 14-4G5 & Appendix A This is a brand name combined synopsis/solicitation for Agilent Test Equipment and software IAW SOW 14-4G5 dated 9 June 2014, commercial products in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. Quotes shall be valid for a minimum of 60 days. This announcement constitutes the solicitation. This is a brand name, 100% set aside for Small Business, with a NAICS code of 334515 and a size standard of 500 employees. The Request for Proposal (RFP) reference number is HQ0727-14-R-L014. The Government intends to award a Lowest Price, Technically Acceptable (LPTA) Firm Fixed Price (FFP) contract to the responsible offer who is determined to be technically acceptable and offers the lowest price. All responsible sources may submit a capability statement, proposal or quotation which shall be considered by the agency. The objective of this requirement is purchase Agilent Test Equipment and software IAW SOW 14-4G5 & Appendix A Contract Line Item (CLIN) 0001, 6 EA, Agilent DC Power Analyzer Mainframe Model/Serial N6705B IAW SOW 14-4G5; CLIN 0002, 6 EA, Agilent SW License to control N6705A/B with 14585A control and analysis SW Model/Serial N6705U 056 IAW SOW 14-4G5; CLIN 0003, 6 EA, Agilent Source/Measure unit for battery drain anaylsis Model/Serial N6781A IAW SOW 14-4G5; CLIN 0004, 14 EA, Agilent Source/Measure unit for functional test Model/Serial N6782A IAW SOW 14-4G5; CLIN 0005, 7 EA, Agilent Precision DC power module Model/Serial N6762A IAW SOW 14-4G5; CLIN 0006, 7 EA, Agilent 200 uA Current Measurement Model/Serial N6762A-2UA IAW SOW 14-4G5; CLIN 0007, 1 EA, Agilent DC Power Module 2 Quadrant Model/Serial N6783A IAW SOW 14-4G5; CLIN 0008, 1 EA, Agilent Battery Charge/Discharge Module Model/Serial N6783A-BAT IAW SOW 14-4G5; CLIN 0009, 2 EA, Agilent Oscilloscope Mixed Signal Model/Serial MSOX3034A IAW SOW 14-4G5; CLIN 00010, 2 EA, Agilent SW APP Bundle License for 3000 X-Series Model/Serial DSOX3APPBNDL IAW SOW 14-4G5; CLIN 0011, 2 EA, Agilent Benchlink Waveform Builder Model/Serial 33503A/PRO IAW SOW 14-4G5; CLIN 0012, 3 EA, Agilent LAN & VGA Module for 2000/3000 X Series Model/Serial DSOXLAN IAW SOW 14-4G5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. To request a copy of the reference documents email Lucy Boswell at lucy.boswell@dmea.osd.mil. Proposals must be submitted by email to lucy.boswell@dmea.osd.mil and received by 8:00 a.m. Pacific Daylight Time, 28 July 2014. Federal Acquisitions Regulations (FAR) require all prospective vendors to be registered in SAM prior to the award of a contract, basic agreement, basic ordering agreement, or blanket purchase agreement. For more information, visit https://www.sam.gov/portal/public/SAM/ CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions 52.212-1 Instructions to Offerors--Commercial Items 52.212-3 Offeror Representations and Certification--Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 52.232-40 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items Providing Accelerated Payments to Small Business Subcontractors 52.252-1 Solicitation Provisions Incorporated By Reference To view provisions in full text, please visit: http://farsite.hill.af.mil/vffara.htm 52.252-2 Contract Clauses Incorporated By Reference To view clauses in full text, please visit: http://farsite.hill.af.mil/vffara.htm 52.253-1 Computer Generated Forms 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-0001 Line Item Specific: Single Funding 252.204-7012 252.204-7015 252.223-7008 252.225-7001 Safeguarding of Unclassified Controlled Technical Information Disclosure of Information to Litigation Support Contractors Prohibition of Hexavalent Chromium Buy American and Balance of Payments Program 252.227-7015 Technical Data-Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies On Contract Payments 252.239-7017 Notice of Supply Chain Risk 252.244-7000 Subcontracts for Commercial Items G-909 WAWF Submittal Information (Local)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/HQ0727-14-R-L014/listing.html)
 
Place of Performance
Address: 4234 54th Street, McClellan, California, 95652, United States
Zip Code: 95652
 
Record
SN03428208-W 20140719/140717234938-b1aa91d5b00b3b81af0af623739ebbdb (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.