MODIFICATION
66 -- AFRL/RVSE Lab Equipment
- Notice Date
- 8/17/2010
- Notice Type
- Modification/Amendment
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFNWC/PKO - Kirtland (Operational Contracting Division), AFNWC/PKO Operational Contracting Division, 2000 Wyoming Blvd SE, Bldg 20604, Room B-9, Kirtland AFB, New Mexico, 87117-5606, United States
- ZIP Code
- 87117-5606
- Solicitation Number
- F2KBAD0181A002
- Archive Date
- 9/7/2010
- Point of Contact
- Gilbert L. Martinez, Phone: 5058464672, Julia E Johnson, Phone: 5058464904
- E-Mail Address
-
gilbert.martinez@kirtland.af.mil, julia.johnson@kirtland.af.mil
(gilbert.martinez@kirtland.af.mil, julia.johnson@kirtland.af.mil)
- Small Business Set-Aside
- N/A
- 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; quotes are being requested and a written solicitation will not be issued. This requirement is unristricted. The NAICS Code for this synopsis/solicitation is 334515, Size Standard 500 employees. Solicitation/Purchase Request number F2KBAD0181A002 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-44 effective 2 August 2010. The Government intends to award one contract for Lab Equipment at Kirtland Air Force Base, NM. THIS IS A BRAND NAME OR EQUAL REQUIREMENT CLIN 0001: Mfr: Agilent Technologies Mfr P/N: B1500A Semiconductor Device Analyzer Mainframe (Quantity 1 each) Salient Characteristics: General Features • PC-based instrument with Windows®XP Professional OS • Single-box solution for current-voltage (IV), capacitance-voltage (CV), pulse generation, fast IV, and time-domain measurement. • Ten module slots for source monitor units (SMUs) and other module types (MFCMU, HV-SPGU and WGFMU) • Offline data analysis and application test development via Desktop EasyEXPERT software Measurement Capabilities • Supports current-voltage (IV) measurement to 0.1fA and 0.5µV • Supports both quasi-static and medium-frequency capacitance-voltage (CV) measurement • Supports accurate fast IV and time-domain measurement for a wide range of applications such as pulsed IV, NBTI and RTS noise (RTN) measurement. • Supports high voltage pulse generation (up to ±40 V) for high power and memory device testing. Mfr P/N: B1500A-030 3m Cable Length Mfr P/N: B1500A-A00 Standard Pack 0 - Empty Package for Custom Solution CLIN 0002: Mfr: Agilent Technologies Mfr P/N: B1500A-A17 Add-on Package: High Resolution Source Monitor Unit (Quantity 3 each) Mfr P/N: B1517A Cable 1 each CLIN 0003: Mfr: Agilent Technologies Mfr P/N: B1500A-A20 Add-on Package: Capacitance Measurement Unit (Quantity 1 each) Mfr P/N: B1520A Cable 1 each CLIN 0004: Mfr: Agilent Technologies Mfr P/N: B1500A-A28 Add-on Package: ATTO Sense Unit (Quantity 3 each) Mfr P/N: E5288A Cable 1 each   CLIN 0005: Mfr: Agilent Technologies Mfr P/N: B1500A-060 60hz Line Frequency (Quantity 1 each) Mfr P/N: B1540A-ATO EasyExpert Software and Measurement Libraries Mfr P/N: B1540A-001 EasyExpert Software on B1500A with LTU for Standard Version Mfr P/N: B1500A-ABA English Documentation Mfr P/N: E3332C-903 Power Cord (120V) CLIN 0006: Mfr: Agilent Technologies Mfr P/N: R-51B-001-3C 1 year Return-to-Agilent warranty extended to 3 years (Quantity 1 each) CLIN 0007: Mfr: Agilent Technologies Mfr P/N: R-50C-011-3 Agilent Calibration Upfront Support Plan 3 year coverage (Quantity 1 each) Salient Characteristics: Calibration Support Plan (3-Year Coverage) - instrument calibrated according to its recommended manufacturer calibration cycle. CLIN 0008: Mfr: Agilent Technologies Mfr P/N: 16493K Kelvin Triaxial Cable for B1500/E5260/E5270/4156/41501 (Quantity 3 each) Mfr P/N: 16493K-001 Kelvin Triaxial Cable for B1500/E5260/E5270/4156/41501 DESIRED DELIVERY DATE: 30 September 2010 FOB: Destination INSPECTION AND ACCEPTANCE: Destination The following provisions and clauses apply to this procurement: FAR 52.204-7, Central Contractor Registration; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors-Commercial Items. In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of price. Offeror will be evaluated in accordance with FAR 13.106-2. FAR 52.212-3, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision; 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: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-1, 52.225-13, 52.232-33, 52.247-64, 52.247-64 Alt I; FAR 52.219-1, Small Business Program Representations; FAR 52.219-1 Alt I; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-2, Clauses and provisions incorporated by reference. Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/; DFAR 252.204-7004 Alt A, Central Contractor Registration; DFAR 252.211-7003, Item Identification and Valuation; DFAR 252.212-7000, Offeror Reps & Certs-Commercial; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, in paragraphs (b) and (c) the following clauses apply: 252.203-7000, 252.225-7001, 252.225-7002, 252.225-7036, 252.232-7003, 252.247-7023; 252.247-7023 Alt III; DFAR 252.225-7000, Buy American-Balance of Payments Program Certificates; DFAR 252.232-7010, Levies on Contract Payments; AFFARS 5352.201-9101, Ombudsman. 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 of invoice will be required to inquire status of your payment. All quotes are due no later than Monday, 23 August 2010 at 12:00 PM MST (Mountain Standard Time). Quotes may be E-mailed (preferred) to gilbert.martinez@kirtland.af.mil or mailed to AFNWC/PKOA, ATTN: Gilbert Martinez, 2000 Wyoming Blvd SE, Bldg. 20604, Room B-22, Kirtland AFB, NM 87117, or faxed to (505) 846-8925 ATTN: Gilbert Martinez. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KBAD0181A002/listing.html)
- Place of Performance
- Address: Kirtland AFB, New Mexico, 87117, United States
- Zip Code: 87117
- Zip Code: 87117
- Record
- SN02244155-W 20100819/100818000150-20d1cbf91b45d61d3a20ebaee1509f8a (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 |