Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2004 FBO #1025
SOLICITATION NOTICE

59 -- Electronic Parts and Equipment

Notice Date
9/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, PLD/DITCO-NCR/PL64, Special Projects Branch, P.O. 4502, Arlington, VA, 22204-4502
 
ZIP Code
22204-4502
 
Solicitation Number
HC1047-04-R-4076
 
Response Due
9/22/2004
 
Description
CLASS CODE/SUBJECT: 59?ELECTRICAL & ELECTRONIC EQUIPMENT AND COMPONENTS SOLICITATION NUMBER: HC1047-04-R-4076, DUE DATE: 22 September 04. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with the 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 document and incorporated provisions and clauses through Federal Acquisition Circular 97-16 and Defense Acquisition Circular. The standard industrial classification code is 5065 Electronic Parts and Equipment, NAICS 421830. The offeror shall provide separate pricing for each of the following contract line item numbers (CLINs) 0001 ? USED Agilent 8645A Agile Signal Generator to include: Frequency Range: 251.46485 Khz to 2060 Mhz, Frequency hopping range and switching time: 128 to 2060 Mhz; <15 microseconds; 8 to 2060 Mhz<85 microseconds; 0.25 to 2060 Mhz<500 Microseconds, Amplitude Accuracy: Plus or Minus 1 dBm, Fast-Hop Operations: Channel and amplitude of frequency hopper must be channel and amplitude programmable, max# of Channels: 4000; Maximum number of channels in sequence table: 8000, RF Power Output: Maximum level +16dBm; Minimum level ?137 dBm, Modulation: Internal or external AM, FM, or simultaneous AM/FM, Pulse Modulation Capable: Maximum pulse width 0.5 microseconds; rise/fall time: <100nanoseconds, between 10% and 90% response points; maximum pulse repetition frequency 1 Mhz, minimum pulse width 0.5 microseconds. This procurement will be F.O.B. Destination and delivered to Kirtland AFB, NM 87117-5609. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government?s right under the Inspection clause, nor does it limit the Government?s rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverables listed in the schedule. The government elects to award any, all, or none of the items above. The contract shall deliver all items by 120 days ARO. FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (Oct 2003) is incorporated by reference and applies to this acquisition. FAR 52.212.2, EVALUATION-COMMERCIAL ITEMS applies to this acquisition, paragraph (a) add, 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. Evaluation will be based on the following factors: (1) Capability to meet the specifications described in CLIN 0001 above, (2) Price. Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATION AND CERTIFICATIONS ALT I (Jan 2004) with proposals. The Provision may be obtained at http: farsite.hill.af.mil FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (Oct 2003) is incorporated by reference and applies to this acquisition. CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (MAR 2004), is hereby incorporated by reference. The following clauses apply to this solicitation and any resultant contract, FAR 52.212, FAR 52.222-35, 52.222-37, FAR 52.232-33, FAR 52.222-26, DFARS 252.225-7001, DFAR 252.225-7002, and DFARS. A firm-fixed price contract will be awarded as a result of this solicitation. The Defense Priorities and Allocation Systems (DPAS) DO-A70. One original and signed and dated offer must be submitted via electronic submission to PAMELA M. STERN, in writing via e-mail Pamela.stern@kirtland.af.mil.
 
Place of Performance
Address: Kirtland AFB, NM
Zip Code: 87117-5609
Country: USA
 
Record
SN00672594-W 20040916/040914211614 (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.