SOLICITATION NOTICE
70 -- Data Recorders
- Notice Date
- 3/9/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 377 CONS - Kirtland (Operational Contracting Squadron), 377 CONS/LGC Operational Contracting Squadron 2000 Wyoming Blvd SE, Kirtland AFB, NM, 87117-5606, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- F2KTAN7053A001
- Response Due
- 3/12/2007
- Archive Date
- 3/27/2007
- Description
- This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. This requirement is unrestricted. The NAICS Code for this synopsis/solicitation is 334513, Size Standard 500 Employees. Solicitation/Purchase Request number F2KTAN7053A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-15 effective 12 Feb 07. (CLIN 0001) for Sypris Model 800 Data Recorder or Equal Includes: 1 IRIG Time Channel (A, B, G) & Voice--LCD Front Panel Touch Screen Display?Windows 2000 Operating System?Gigabit Ethernet Network Port?USAB 2.0 Port?4 Ch PCM Input/Output Module, 32 Mbps (B)?4 Ch Analog, In/Out, 24 Msps, 75 Ohms (E)?292 GB RAID Capacity, Minimum (E)?DVD Read/Write (B)?ARMOR/START Option and 300 GB, USB 2.0 External Hard Drive. QUANTITY: 2 UNIT OF MEASURE: Each DESIRED DELIVERY DATE: 15 Mar 07 FOB: Destination. INSPECTION & ACCEPTANCE: Destination TECHNICAL LITERATURE MUST BE SUBMITTED FOR "EQUAL" PRODUCTS OFFERED FOR THE GOVERNMENT TO PERFORM A TECHNICAL EVALUATION. NO FURTHER REQUEST WILL BE MADE TO OBTAIN REQUIRED LITERA- TURE AND FAILURE TO SUBMIT MAY RESULT IN YOUR OFFER BEING ELIMINATED FROM AWARD CONSIDERATION. AWARD WILL BE MADE RELATIVE TO BEST OVERALL VALUE. BEST VALUE MAY INCLUDE, BUT IS NOT LIMITED TO: PAST PERFORMANCE, TECHNICAL CAPABILITY, QUALITY, TRADE-IN CONSIDERATIONS, PROBABLE LIFE, WARRANTY, MAINTAINABILITY AND PRICE. OFFERS MUST MEET ALL MINIMUM SPECIFICATIONS BUT OFFERS WHICH EXCEED MINIMUMS MAY BE RATED MORE FAVORABLY. THE GOVERNMENT WILL NOT, HOWEVER, PAY AN UN- REASONABLE AMOUNT FOR ADDITIONAL TECHNICAL CAPABILITY AND WILL COMPARE ANY ADDITIONAL CAPABILITY TO ANY ADDITIONAL PRICE. SINCE THE GOVERNMENT IS INTERESTED IN OBTAINING THE BEST OVERALL VALUE, AWARD MAY NOT GO TO THE LOWEST OVERALL PRICE IF ANY FACTORS CONSIDERED JUSTIFY A HIGHER PRICE. NOT- WITHSTANDING THAT TECHNICAL CAPABILITY IS MORE IMPORTANT THAN PRICE, SHOULD ALL OFFERS APPEAR EQUAL, PRICE WILL BECOME THE DETERMINING FACTOR IN THE AWARD DECISION. The following provisions and clauses apply to this procurement: 52.211-6 Brand Name or Equal; 52.204-4; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3 Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.203-6, 52.203-6 Alt I, 52.219-4; 52.219-8, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52.222-37; 52.222-39, 52.225-13, 52.232-33]. FAR 52.252-1 & 52.252-2, Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/. DFAR 252.204-7004; 252.209-7001; 252.212-7000; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph(s) (a) and (b) the following clause(s) apply 52.203-3, 252.225-7001, 252.225-7012, 252.225-7036, 252.232-7003; 252.243-7002; 252.247-7023] Addendum to DFAR 252.212-7001 252.225-7002; All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. All offers are due no later than 12:00 p.m. (Mountain Standard Time). Offers may be mailed to 377 CONS/LGCA, ATTN: David Clonts, 2000 Wyoming Blvd SE, Bldg. 20604, Room B-14, Kirtland AFB NM 87117-5606, emailed to david.clonts@kirtland.af.mil, or faxed to (505) 846-8925 ATTN: David Clonts ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
- Place of Performance
- Address: NASA Wallops Flight Facility, Bldg. E106, Wallops Island, VA 23337
- Zip Code: 23337
- Country: UNITED STATES
- Zip Code: 23337
- Record
- SN01247561-W 20070311/070309220944 (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 |