SOLICITATION NOTICE
59 -- Fluke Network Test Equipment DTX-1800-KIT
- Notice Date
- 9/27/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- 1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-05-T-0281
- Response Due
- 9/29/2005
- Archive Date
- 10/14/2005
- Small Business Set-Aside
- N/A
- Description
- This combined synopsis/solicitation is issued as FULL AND OPEN COMPETITION. The solicitation number is FA8601-05-T-0281. Quotes are due by 9:00 A.M. (Eastern Standard Time), THURSDAY, 29 SEPTEMBER 2005, to the point of contact identified at the end of this notice. This is a REQUEST FOR QUOTES prepared in accordance with 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. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05, 26 August 2005, and class deviation 2005- 0001. Paper copies of this announcement will not be issued. The associated standard industrial classification (SIC) code is3663; the North American Industry Classification System (NAICS) code is 334220. This is a BRAND NAME only acquisition. Only quotes with the required brand name will be accepted. The proposed purchase is for: 2 each Fluke Network Test Equiment, DTX-1800-KIT MM SM with additional minimum requirements of: 1. Measurement Range: 0 to -60 dBm (1310 nm and 1550 nm) 0 to -52dBm (850 nm) 2. Measurement Uncertainty: ?0.25 dB 3. Measurement Linearity: ?0.1 dB (1310 nm and 1550 nm) ?0.2 dB (850 nm) 4. Battery life: 10 - 50 hours typical (uses AA batteries) 5. Instant Pass or Fail status of the link with reference to the limits selected. Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose quote is most advantageous to the Government and conforms to the requirements in this solicitation. The Government reserves the right not to make an award at all. By submitting a quote, the offeror acknowledges the requirement that a potential awardee must be registered in the Central Contractor Registration (CCR) prior to award. Quotations may be in any format but must include requirements found in the attached Instructions to Offerors, including: proposing company+s name, address and phone; point of contact+s name, phone, and email; quotation date; quotation number (if one); unit price (each component priced separately); total price; indicate what amount of price is for labor; identify any discounts; how long the quote is valid (minimum of 60 days); lead time after receipt of order; shipping terms of FOB destination; and warranty information/cost. Quotations shall be accompanied by a completed Representations and Certifications (May 2004 and adhere to FAR 52.212-1, Instructions to Offerors ? Commercial (Jan 2004), which is attached to this announcement. The following Federal Acquisition Regulation provisions apply to this acquisition: 52.204-6, Data Universal Numbering System (DUNS) Number; 52.212-1, Instructions to Offerors; 52.212-2, Evaluation Factors [The evaluation factors for the fill-in portion of this provision are: 1) technical capability of the item offered to meet the Government requirements; 2) compatability with existing equipment; and 3) price]; 52.212-3, Contractor Representations and Certifications; 52.222-25, Affirmative Action Compliance; The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquistion: 52.211-6 Brand Name or Equal 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items; 52.222-3 Convict Labor; 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disable Veterans; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3 Protest After Award; 52.247-34 FOB Destination; 52.252-2 Clauses Incorporated by Reference (the fill in portion of this clause is: http://farsite.hill/af/mil or http://www.arnet.gov/far); 52.252-6 Authorized Deviations in Clauses (the fill in portion of this clause is: Defense Federal Acquisition Regulation (48 CFR Chapter 2). The following AFFARS Clause, either by reference of full text, apply to this acquisition: 5352.201-9101 Ombudsman (the fill in portion of this clause is: Stephen J. Miller, ASC/AE, 1755 Eleventh Street, B570, Room 113, Wright-Patterson AFB OH 45433-7404, Telephone: 937-255-5315, Fax: 937-656-7193, Email: stephen.miller@wpafb.af.mil) The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alt A Required Central Contractor Registration; 252.211-7003 Item Identification and Evaluation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (the following applies to paragraph (b) of this clause: 252.225-7001 Buy American Act and Balance of Payments Program; and 252.232-7003 Electronic Submission of Payment Requests). 252.225-7002, Qualifying Country Sources as Subcontractor (Apr 2003) 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program (Jan 2005) 252.232-7003 Electronic Submission of Invoices Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Attachments to the announcement: 1. Representations and Certifications - May 2004 (Return with quotation) 2. FAR 52.212-1, Instructions to Offerors Quotations are due by 9:00 A.M. (EST) THURSDAY, 29 SEPTEMBER 2005 to: Rachel Hock, 88 CONS/PKBB. Fax is 937-656-1412 (ATTN: Rachel Hock). E-mail is Rachel.Hock@wpafb.af.mil. Questions should be directed to Rachel Hock at Phone 937-257-6146 ext. 4213. All information regarding this acquisition will be posted on the World Wide Web at http://www.pixs.wpafb.af.mil. For more information on 05T0281--Fluke Network Test Equipment DTX-1800-KIT please refer to http://www.pixs.wpafb.af.mil/pixslibr/05T0281/05T0281.asp
- Web Link
-
05T0281-Fluke Network Test Equipment DTX-1800-KIT
(http://www.pixs.wpafb.af.mil/pixslibr/05T0281/05T0281.asp)
- Record
- SN00904754-W 20050929/050927211826 (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 |