Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2004 FBO #1009
SOLICITATION NOTICE

58 -- Upgrade Test Equipment

Notice Date
8/29/2004
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
USPFO for Connecticut, 360 Broad Street, Hartford, CT 06105-3795
 
ZIP Code
06105-3795
 
Solicitation Number
W91ZRS-04-R-0008
 
Response Due
9/21/2004
 
Archive Date
11/20/2004
 
Point of Contact
Diana Marini, 860-524-4870
 
E-Mail Address
Email your questions to USPFO for Connecticut
(Diana.Marini@ct.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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. The solicitation number is W91ZRS-04-R-0008 and is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Fe deral Acquisition Circular 2001-24. This requirement is 100% set-aside for small business, however may revert to unrestricted should two or more reasonable quotes not be received from small businesses. NAICS Code 334511 applies to this requirement and th e small business size standard is 750 employees. The Connecticut Army National Guard has a requirement to upgrade one, TS4317/GRM114B to one AN/ARM204A; and to upgrade two TS4317/GRM122 to two AN/ARM204A. This information applies to the upgrades of all t hree: The test system hardware shall provide appropriate signals to the following families of radios: ARC-186, ARC-164, ARC-222, VRC-83, PRC-90 and PRC-112 to simulate operating conditions. The system to be modified shall have any required repairs complet ed during upgrade. The equipment shall be returned enclosed in a hardened case. The system shall be calibrated during modification with traceable documentation. Software shall perform complete operational status of the identified via emulation testing me thods. Software shall provide hookup instructions. Software shall provide test print outs consisting of all test results (both pass and fail). Software shall provide real time, on screen test results for each test, including actual and expected output. Test execution history and all results shall remain accessible during and at the conclusion of the test. Software shall compare and display the accepted measurements and waveforms versus the actual acquired values. Software shall upon detection of a fail ure, stop test, display the failure, maintain the test configuration, display corrective actions and allow probing of the circuit using probe connections provided by the aforementioned hardware. The interface connection devices shall provide the connection between the identified radios in section 3 and the test hardware. The test system shall allow future software and hardware programs to be integrated upon development. This information applies to the upgrade of the two TS4317/GRM122 to two AN/ARM204A. Del ivery date is 60 days from date of order. If other than 60 days, please specify with proposal. Please include warranty information with quote. This synopsis/solicitation is available on the USPFO for Connecticut Solicitation Website at the following url ht tp://www.ct.ngb.army.mil/ebs/AdvertisedSolicitations.asp. The provision of FAR 52.212-3, Offeror Representations, applies to this RFQ. A COMPLETED AND SIGNED COPY of this provision shall be submitted with all offers. The following Federal Acquisition Regul ations (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Requ ired to Implement Statutes or Executive Orders - Commercial Items; 252.204-7004, Required Central Contractor Registration. Registration in the Central Contractor Registration (CCR) Database is a requirement for award, www.ccr.gov. You can visit the web-sit e at www.arnet.gov/far for the provisions and clauses needed for this synopsis/solicitation. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. FAR 52.212-2 is not applicable to this requirement. A copy of FAR 52.212-3, Offeror Representations and Certifications and DFAR 252.212-7001 (Deviation), Offeror Representations and Certifications-Commercial Items shall be com pleted and submitted with offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR Clause 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Other FAR clauses and provisions that apply are 52.203-6 Alt 1, 52.204-4, 52.204-6, 52.219-1 (Alt II), 52.219-4, 52.222-3, 52.222-18, 52.222-19, 52.222-21, 52.225-16, 52.232-33. 52,222-37, 52.252-2; and DFAR Clauses and Provisi ons: 252.204-7004, 252.212-7000, 252.225-7012, 252.243-7002, 252.247-7023. PHONE CALLS ARE DISCOURAGED in response to this notice, e-mail address is provided below. Offers must be submitted to the USPFO for Connecticut, Purchasing and Contracting Office, A TTN: Diana Marini, 360 Broad Street Hartford, Connecticut 06105-3779 or via fax (860)524-4874 or e-mail, diana.marini@ct.ngb.army.mil. Not Later Than 2:00 PM, September 21, 2004.
 
Place of Performance
Address: USPFO for Connecticut 360 Broad Street, Hartford CT
Zip Code: 06105-3795
Country: US
 
Record
SN00659903-W 20040831/040829211524 (fbodaily.com)
 
Source
FedBizOpps.gov 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.