Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2006 FBO #1607
SOLICITATION NOTICE

52 -- Components of Data Acquisition System

Notice Date
4/19/2006
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-06-T-0412
 
Response Due
4/26/2006
 
Archive Date
6/25/2006
 
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 acquisition is issued as a Request for Quotes (RFQ). The combined synopsis/solicitation number is W91ZLK-06-T-0412. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-07. The associated North America Industry Classi fication System (NAICS) Code 334519 and the Business Size Standard is 500. Description of requirements: The contractor shall provide the following: Item 1. QTY 1, Enclosure, PCM System: programmable encoder via RS-232 link to Windows b ased software computer; 1-kbps to 10-Mbps PCM bit rate; 4 to 16 bits word size; normal, sub, super or random individually commutated word types, MSB or LSB first; 16 to 33 bits frame sync word size; up to 65,536 words per frame; 11 to 35-vdc input power; - 40 to +75 degrees C temperature range; 10 to 2000-Hz vibration input; MIL-STD-461C RFI/EMI compatible; 12-pounds max weight; Herley Part No. 770-0012 or equal. Item 2. QTY 1, Module, Adapter: to convert the PCM output of Item 1 from TTL to RS-4 22 format. Herley Part No. 770-0091 or equal. Item 3. QTY 32, Module, Constant Current: four-channel programmable, 1 to 10-ma constant current supply for piezoelectric transducers; 12-bit resolution; 6th order presample filter from 16 to 4096- Hz; 10-mv to 10-v peak-to-peak input range, selectable in 2.5-mv increments; Herley Part No. 770-0222 or equal. Item 4. QTY 10, Cable: MDM-37 connector to pigtale: 18-inch length; Herley Part No. 6109-0037 or equal. Item 5. QTY 4 Cable: MDM-25 connector to pigtale: 36-inch length; Herley Part No. 6109-0025 or equal. Item 6. QTY 1 Cable Assembly: to connect PCM master enclosure to slave enclosure; 1-meter length; Herley Part No. 760445 or equal. Items 1 through 6 must be com patible with the existing software, electrical, and mechnical interfaces. The above referenced part numbers are those of Herley Lancaster and are being solicited on a Brand Name or Equal Basis. The above characteristics are intended to be descript ive, but not restrictive. Unless clearly marked that the vendor is quoting on an equal the offered item shall be considered as the brand name product referenced in this announcement. If the vendor proposes to furnish an equal product, the brand nam e of the product to be furnished shall be inserted on the proposal. Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery shall be to the U.S. Army Aberdeen Proving Ground, Md 21001. The following clauses will be incorporated by reference. 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment. 52.212-4 Contract Terms and Conditions Commerical Items, 52.223-11 Ozone-Depleting Substances, 52-247-34 F.O.B. Destination. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation Commercial Items is applicable to this acquisition. The specific evaluation cri teria to be included in paragraph (a) of that provision are as follows: The contract will be awarded to Low Price Technically Acceptable. The technical evaluation will be a determination as to equality of the product and shall be based on information fur nished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the offer. To ensure sufficient information is available, vendors must furnish as part of their offer all descriptive material ( such as illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the salient characteristics of the re quirement. The government reserves the right to make an award without discussions. The Government reserves the right to award on an all or none basis. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations a nd Certifications Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, FAR 52.211-6, Brand Name or Equal, FAR 52.219-8, Utilization of Small Bus iness Concerns; FAR 52 .219-14 Limitations on Subcontracting; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans. FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225 -13 Restrictions on Certain Foreign Purchase, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor. DFAR clause Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items. The following additional DFAR clauses cited in the claus e 252.212-7001 are applicable: 52.203-3 Gratuities,252.225-7001 Buy America and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-70 15 Preference fo Domestic Hand or Measuring Tools , 252.232-7003 Electronic Subm ission of Payment Requests. The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, and http://www.arnet.gov/far. Quotations must be signed, dated, and received by 3:30 PM (Eastern Standard Time) on April 26, 2006 via fax at 410-306-3863 or email at barbara.kuklinski@us.army.mil at the US Army Contracting Agency, Directorate of Contracting, Attention: SFCA-NR-APC -T, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be consi dered. Vendors may register with CCR by calling 1-800 -334-3414 or by registering online at http://www.bpn.gov/CCR. For questions concerning this Request for Quotations contact Barbara Kuklinski, Contract Specialist via email to: barbara.kuklinski@us.army. mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN01031116-W 20060421/060419220949 (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.