Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2016 FBO #5200
SOLICITATION NOTICE

66 -- AIM-USA DATA ANALYZERS - Single Source Justification

Notice Date
2/16/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AE5321B001
 
Archive Date
3/5/2016
 
Point of Contact
Wendell W. Brown, Phone: 661-277-8590, Tylan J. McBride, Phone: 661-277-2704
 
E-Mail Address
wendell.brown.2@us.af.mil, tylan.mcbride.2@us.af.mil
(wendell.brown.2@us.af.mil, tylan.mcbride.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law—Fiscal Year 2016 Appropriations Single Source Justification Letter - Redacted Combined Synopsis/Solicitation - F1S0AE5321B001 THIS IS A BRAND NAME ACQUISITION: This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and an additional written solicitation will not be issued. This is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and Supplements, Federal Acquisition Circular (FAC) 2005-74 and DFARs Change Notice (DPN) 20140624. NAICS is 334511. Offerors must be authorized distributors of AIM-USA products. This acquisition is a BRAND NAME acquisition; no set-aside. The Air Force Test Center (AFTC), at Edwards AFB, CA is soliciting for the following AIM-USA Data Analyzers: 1 each Portable Air Vehicle Bus Tester, P/N W1518076A0507PS 1 each Rackmount Air Vehicle Bus Tester, P/N W1518077A0507RS Product Data: Military and commercial data sheets include: MIL-STD-1553, IRIG 106 Chapter 10, ARINC 429, ARINC 708, FICA (Fibre Channel) standards. Performance Requirements: The tester must be able to test 1553, ARINC 429, ARINC 708, Gigabit Ethernet and Fibre Channel buses. The tester must be able to simulate data across these bus types in order to conduct telemetry system checkout and troubleshooting. Tester must also be able ingest and playback IRIG-106 Chapter 10. The following are paramount technical specifications: Technical: • Monitoring, recording, replaying, simulating and troubleshooting of 8 dual redundant channels of MIL-STD-1553 bus • Monitoring, recording, replaying, simulating and troubleshooting of 32 channels of ARINC 429 bus • Monitoring, recording, replaying, simulating and troubleshooting of one ARINC 708 bus • Monitoring, recording, replaying, simulating and troubleshooting of one Fibre Channel port. • IRIG-B Time Encoder/Decoder • Onboard oscilloscope display for 1553 waveform analysis • IRIG-106 Chapter 10 ingest/playback capable Delivery: 10 WARO Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524. Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB Destination Edwards AFB, CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. OFFERORS MUST COMPLY WITH FAR 52.204-99 System for Award Management Registration (DEVIATION). INTERESTED OFFERORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH BUSINESS PARTNERING NETWORK BY INTERNET URL www.sam.gov. TO REGISTER WITH CCR, GO TO URL: www.sam.gov. The government will be evaluating quotes IAW FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014). 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 following factors shall be used to evaluate offers: •i. Price •ii. Technical capability of the item offer to meet the Government requirement Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be awarded. The following provisions and clauses apply: Clause 52.211-06, Brand Name or Equal Provision 52.212-1, Instructions to Offerors--Commercial; Clause 52.212-2, Evaluation - Commercial Items; Clause 52.212-4, Contract Terms and Conditions--Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: Clause 52.219-6(c)(1)&(2) Offers are solicited only from small business concerns Clause 52.222-26, Equal Opportunity; Clause 52.232-33 Mandatory information for electronic funds transfer payment. The following DFARs clauses apply to this acquisition: Clause 252.209-7994, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2013 Appropriations; Clause 252.223-7008 Prohibition of Hexavalent Chrome Cr+6. Clause 252.225-7001 - Buy American Act; Clause 252.232-7006 - Wide Area WorkFlow Payment Instructions Clause 252.232-7010. Levies on Contract Payments; Clause 252.244-7000 Acquisition of Commercial Items. Clause 252.247-7023 Alt III Transportation of Supplies by Sea. The following AFFARS clauses apply to this acquisition: Clause 5352.223-9000, Elimination of Use of Class I Ozone Depleting Materials; Clause 5352.201-9101, Ombudsman; The following factors shall be used to evaluate offers: Lowest price technically acceptable offer, technically acceptable is meeting all performance requirements. Offeror's are instructed to complete the provision DFARS 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2016 Appropriations, IN FULL TEXT. This must be returned with the offeror's quote. Offers are due at the Air Force Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA, 93524, not later than February 19, 2016 at 4:00 pm EST. E-mail address: wendell.brown.2@us.af.mil. Phone: 661-277-8590, Fax: 661-277-0470.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AE5321B001/listing.html)
 
Place of Performance
Address: 5 S. Wolfe Avenue, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN04021116-W 20160218/160216234726-250cf9141bd37ed8433aca2ba84d15c0 (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.