|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 15,1997 PSA#1930Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 61 -- SYNTHESIZED SIGNAL GENERATOR SOL N00244-97-Q-B173 DUE 092497 POC
Point of Contact is Gwen Young, Contracting Officer at 619-532-2890;
FAX 619-532-2347 WEB: Click here to learn more about FISC San Diego and
additional contracting opportunities., http://www.sd.fisc.navy.mil.
E-MAIL: Click here to submit your quote electronically or to contact
the Contracting Officer via email., gwen_young@fmso.navy.mil. FISC San
Diego is announcing its intent to issue a directed sole source
procurement to Anritsu Wiltron under authority of FAR 6.302-1. This is
a combined synopsis/solicitation for commercial items prepared in
accordance with FAR 13.6 and 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 A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED.
Solicitation number N00244-97-Q-B173 applies and is issued as a Request
For Quotation. This solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
90-46 and Defense Acquisition Circular 91-11. The standard industrial
code is 3621 and the business size standard is 1,000 employees. This
requirement is for a fixed priced contract for One (1) line items as
follows. Line Item 0001: Synthesized Signal Generator, quantity one (1)
each, Anritsu Wiltron Model 68247-446 consisting of the following:
68247 -- Synthesized Signal Generator; Option 2A -- 110 db Step
Attenuator; Option 9K -- Rear Panel RF Output; SM4743 -- "N" RF Output
Connector; Option 19 -- SCPI-GPIB Capability; SM5263 -- Special Rack
Mount Kit; and, SM5295 -- Pre-Set GPIB. Must be compatible with
existing, automated AN/APM-446 Radar Set Test Stations (RSTS) and
associated Test Executive software, used to test F/A-18 APG-65 radar
"black boxes" and subassemblies at the I-levels aboard aircraft
carriers, forward deployed sites, and CONUS Naval Air Stations.
Delivery of all items is required 75 days or sooner after award of
contract to be delivered FOB Destination to: NADEP Receiving, Code
160D, Bldg 94, NAS North Island, San Diego, CA 92135. Mark for: Robert
Glance, Code/Shop 48940, Bldg 317-1. Acceptance shall be made at
destination. The provision at FAR 52.212-1, Instructions to Offerors
Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5):
Offers shall provide an express warranty which at a minimum shall be
the same warranty terms, including offers of extended warranties,
offered to the general public. Express warranties shall be included in
the contract. Offerors are required to complete and include a copy of
the following provisions with their proposals: FAR 52.212-3, Offeror
Representation and Certifications Commercial Items. Clause 52.212-4,
Contract Terms and Conditions Commercial Items, applies as well as the
following addendum clauses: FAR 52.211-5, New Material; FAR 52.211-7,
Other Than New Material, Residual Inventory, and Former Government
Surplus Property. The clause at 52.212-5, Contract Terms and Conditions
Required To Implement Statutes or Executive Orders Commercial Items
applies with the following applicable clauses for paragraph (b): FAR
52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for
Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative
Action for Handicapped Workers; FAR 52.222-37, Employment Reports on
SpecialDisabled Veterans and Veterans of the Vietnam Era. DFARS
252.212-7001, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense Acquisitions of
Commercial Items, applies with the following clauses applicable for
paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of
Payment Program; and DFARS 252.225-7012, Preference for Certain
Domestic Commodities. Any contract awarded as a result of this
solicitation will be a DO-rated order certified for national defense
use under the Defense Priorities and Allocations System. The government
intends to make a single award to the responsible offeror whose offer
is the most advantageous to the government considering price and price
related factors. Provision 52.212-2, Evaluation Commercial Items,
applies with paragraph (a) completed as follows: Award will be made to
the offeror that meets the solicitation's minimum criteria for
technical acceptability at the lowest price. (option 1) To be
determined technically acceptable, the offeror must furnish product
literature that demonstrates the products offered meet all requirements
stated in the above purchase description for Line Item 0001. Note: The
full text of the Federal Acquisition Regulations (FAR) and Defense
Federal Acquisition Regulation Supplement (DFARS) can be accessed on
the Internet at "www.arnet.gov" OR "www.deskbook.osd.mil". Quotes must
be received no later than 3:00 PM, local time, 092497, and will be
accepted via fax (619-532-2347) or via e-mail
(gwen_young@fmso.navy.mil) ONLY. DO NOT mail. See Numbered Note(s) 13.
(0253) Loren Data Corp. http://www.ld.com (SYN# 0237 19970915\61-0001.SOL)
61 - Electric Wire and Power and Distribution Equipment Index Page
|
|