SOLICITATION NOTICE
J -- Repair and Calibrate Modulation Analyzer
- Notice Date
- 4/13/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Air Force, Air Mobility Command, 305th CONS, 2402 Vandenburg, McGuire AFB, NJ, 08641, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- F3A2A57086A200
- Response Due
- 4/20/2007
- Archive Date
- 5/5/2007
- Description
- This is a combined notice/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; quotes are being requested and a written solicitation will not be issued. Quotations are being requested not later than 1000 (10am.) EST, 20 Apr 07. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. This procurement is being issued as UNRESTRICTED. The applicable North American Industry Classification System Code (NAICS) is 334515 and the size standard is 500 employees. The Government intends to issue a firm fixed-price purchase order for the acquisition of Repair and Calibration of: VOR/ILS/TACAN 50kHz-136MHz Modulation Analyzer. Statement of Work For Modulation Analyzer P/N FMAV At McGuire AFB NJ 26 Mar 07 1. Contractor shall repair and calibrate FMAV modulation analyzer S/N DE24935. The unit intermittently fails startup self test #301 (DemAmGain) and Caliball with warning AMDemGain Delta 1.3%. This item will require repair of and certification traceable to National Institute of Standards and Technology (NIST). The contractor must meet manufacture specifications as stated on the Rhode and Schwartz web site click on the following link http://www.downloads.rohde-schwarz.com/ and select product (FMAV) and check the Data Sheets / Specification box) Also, the contractor is required to ship the unit to 305 MXS TMDE Flight, 1809A Manor Rd, McGuire AFB, NJ 08641. 2. The contractor must provide a calibration report containing the information required by Data Item Description DI-QCIC-80798B as a minimum. Data Item Description DI-QCIC-80798B requires the calibration certificate to include (NOTES shown below are to assist the PMEL?s interpretation and verification of the requirement): a. Title, e.g. ?Calibration Report? or ?Calibration Certificate?. b. Name and address of laboratory, and the location where the calibrations were carried out, if different from the address of the laboratory. c. Unique identification of the calibration report or certificate (e.g., the serial number), and on each page an identification in order to ensure that the page is recognized as a part of the calibration report or certificate, and a clear identification of the end of the calibration report or certificate. d. Name and address of customer. e. Identification of the method used. NOTE: The calibration report or certificate may identify the method used in a manner similar to the following examples: a calibration procedure number; an ASTM, IEC, or other standard specification; or a narrative description of the method used (i.e. compared with laboratory standard X at 10 points between 10% and 100% of full scale). f. A description of, the condition of, and unambiguous identification of the item(s) calibrated. g. Date of receipt of the calibration item(s) where this is critical to the validity and application of the results, and the date(s) of performance of the calibration. h. Reference to the sampling plan and procedures used by the laboratory or other bodies where these are relevant to the validity or application of the results. NOTE: The calibration report or certificate might not reference a sampling plan as sampling plans rarely apply to calibration; sampling plans normally are used in testing laboratories. i. The calibration results with, where appropriate, the units of measurement. j. The name(s), function(s) and signature(s) or equivalent identification of person(s) authorizing the calibration report or certificate. k. Where relevant, a statement to the effect that the results relate only to the items calibrated. l. The conditions (e.g., environmental) under which the calibrations were made that have an influence on the measurement results. m. The uncertainty of measurement or a statement of compliance with an identified metrological specification or clauses thereof. NOTE: A calibration report or certificate that contains a statement of compliance to original manufacturer's specifications (with any exceptions or limitations noted) may satisfy this requirement. n. Evidence that the measurements are traceable. Calibration certification must be traceable to NIST. Please include Payment Terms, FOB Destination, and time period for repair and delivery to McGuire AFB, NJ. Quote Must Be Valid Through 30 May 07. Questions should be submitted in writing via below fax number or emailed to karin.quagliato@mcguire.af.mil. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: The provisions at FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), FAR 52.212-1 Instructions to Offerors, Commercial Items (Sep 2006), and FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (Nov 2006). The clauses at FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), FAR 52.204-7 Central Contractor Registration (Jul 2006); with 252.204-7004 Alt A (Nov 2003), FAR 52.212-4 Contract Terms and Conditions--Commercial Items (Feb 2007), and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Mar 2007) apply to this acquisition; under para (a), the following clauses are incorporated: (2) FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004). (b)(14) FAR 52.222-3 Convict Labor (Jun 2003), FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003); (c)(1) 52.222-41 Service Contract Act of 1965, as amended (Jul 2005), (2) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989), (4) 52.222-44, Fair Labor Standards Act and Service Contract Act ? Price Adjustment (Feb 2002), DFAR 252-204-7003 Control of Government Personnel Work Product (Apr 1992), DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2007), DFAR 252.232-7003 Electronic Submission of Payment Requests (Mar 2007), DFAR 252.232-7010 Levies on Contract Payments (Dec 2006), DFAR 252.243-7001 Pricing of Contract Modification (Dec 1991), DFAR 252.204-7003 Control of Government Personnel Work Product (Apr 1992), 5352.201-9101 Ombudsman (Aug 2005). All responsible sources may submit a quote, which, if timely received, must be considered by the agency. All prospective offerors interested in submitting a quote on this solicitation must have a Commercial Government Entity (CAGE) Code. All potential sources must obtain a DUNS number and register in the Central Contractor Register (CCR) in order to transact business with the Government. Failure to obtain a DUNS number, register in ORCA, and register in the CCR may result in the delay of award of a contract or possible award to the next otherwise successful offeror who is registered at the time of award. One of the following paragraphs will apply: (a) Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database (see FAR 4.1102). or (b) Prospective contractors shall update the representations and certifications submitted to ORCA as necessary, but at least annually, to ensure they are kept current, accurate, and complete. The representations and certifications are effective until one year from date of submission or update to ORCA. Note: A search in ORCA will be accomplished to ensure compliance. Please submit the quotation: 1) Cover sheet with company name 2) Price Sheet to the 305 CONS/LGCA, 2402 Vandenberg Ave McGuire AFB, NJ 08641 at or before 1000 (10am) EST, 20 Apr 07. Quotations may be faxed to Karin Quagliato at (609) 754-4642 or emailed to karin.quagliato@mcguire.af.mil. If a copy of the provisions is needed, they can be found on http://farsite.hill.af.mil. If you have any questions please contact Karin Quagliato, Contracting Specialist, at (609) 754-2525, or email at karin.quagliato@mcguire.af.mil.
- Place of Performance
- Address: McGuire AFB, NJ
- Zip Code: 08641
- Country: UNITED STATES
- Zip Code: 08641
- Record
- SN01273009-W 20070415/070413221022 (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 |