Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2008 FBO #2456
SOLICITATION NOTICE

66 -- Procurement of Brand Name or Equal Handheld Spectrum Analyzer, Rohdes and Schwarz model FSH18, part number 1145.5850.18, software and hard carrying case.

Notice Date
8/15/2008
 
Notice Type
Presolicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
V422398219003
 
Response Due
8/28/2008
 
Archive Date
9/12/2008
 
Point of Contact
Joseph Schwarz 757-443-1387 Marchetta SmithContracting Officer757-443-1445marchetta.smith@navy.mil<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 13 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for BRAND NAME OR EQUAL items required under RFQ V42239-8219-0030. A subsequent solicitation document will not be issued. FISC Norfolk intends to purchase the following item(s): 1) HANDHELD SPECTRUM ANALYZER, Rohdes & Schwarz model number FSH18, part number 1145.5850.18, (qty 1 ea); 2) VIEW SOFTWARE, Rohdes & Schwarz model number FSH-Z35, part number 1145.5821.02 (qty 1 ea); 3) HARD CASE, Rohdes & Schwarz model number FSH-Z26, part number 1300.7627.02 (qty 1 ea) FOB Point: Destination to Virginia Beach, VA 23460. The North American Industrial Classification System (NAICS) code is 333613. All responsible sources must submit pricing and factory authorized letter by 12:30 p.m. (EST), 28 August, 2008. The following FAR clause applies to this solicitation and is incorporated by full text: 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number;(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (APR 2008); 52.212-1 Instructions to Offerors-Commercial Items (APR 2008); 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2007) The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certificationsCommercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2007); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (APR 2008), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (FEB 2008), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-50 Combating Trafficking in Persons (APR 2006)52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003) 52.215-5 Facsimile Proposals (OCT 1997). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (SEP 2007); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008), the following clauses apply and are incorporated by reference:252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005); and 252.232-7003 Electronic Submission of Payment Requests (MAR 2008); and At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by August 28, 2008 at 12:30 p.m. (EST). Offers can be emailed to joseph.schwarz@navy.mil, or faxed to 757-443-1337. Reference RFQ V42239-8219-0030, on your quote. NAICS 334515 (500 Employees) The Contracting Officer reserves the right to conduct verbal or written discussions with respect to other than price with the offerors at anytime prior to award. By submitting a proposal, the offeror will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred or otherwise ineligible to receive contracts from any Federal Agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside of the United States. Lack of registration in the CCR database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://ccr.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9e7d888a00b77bd6ebc9e3dff198bace&tab=core&_cview=1)
 
Record
SN01642530-W 20080817/080815225943-d72d5d0d8dbab633dddd7f2f111cefd6 (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.