Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2011 FBO #3402
SOLICITATION NOTICE

66 -- Agilent E5270B 8 Slot Precision Measurerment Mainframes with Source/Monitor Modules - Redacted Brand Name Justification

Notice Date
3/17/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-11-T-0080
 
Archive Date
5/18/2011
 
Point of Contact
Jan M Holbrook, Phone: 937- 522-4609, Madonna J. Hart, Phone: (937) 522-4601
 
E-Mail Address
jan.holbrook@wpafb.af.mil, madonna.hart@wpafb.af.mil
(jan.holbrook@wpafb.af.mil, madonna.hart@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Redacted Brand Name Justification 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 Solicitation No., FA8601-11-T-0080 is a Request for Quotation (RFQ). the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48. The associated NAICS Code is 334515. Ship To Address: AFRL/RYD, 2241 Avionics Circle, Bldg. 620, Wright-Patterson AFB, OH 45433-7320. This is a Brand Name purchase and any offer must meet the requirements outlined in each CLIN Description. This RFQ has NINETEEN line items (CLINS) as follows: CLIN 0001: 2 Each Agilent Technologies Part Number E5270B - 8 Slot Precision Measurement Mainframe CLIN 0002: 4 Each Agilent Technologies Part Number E5280B-FG - Precision High Power Source/Monitor Unit Module CLIN 0003: 4 Each Agilent Technologies Part Number E5281B-FG - Precision Medium Power Source/Monitor Unit Module CLIN 0004: 4 Each Agilent Technologies Part Number E5287A-ATO - Atto level high Resolution source/Monitor Unit Module CLIN 0005: 2 Each Agilent Technologies Part Number E5288A-ATO - Atto Sense and Switch Unit (ASU) CLIN 0006: 2 Each Agilent Technologies Part Number E5288A-002 - Triax and Dsub Cable for ASU (3M) CLIN 0007: 2 Each Agilent Technologies Part Number E5270B-060 - 60Hz Line Frequency CLIN 0008: 2 Each Agilent Technologies Part Number E5270B-ABA - English Documentation CLIN 0009: 2 Each Agilent Technologies Part Number E3332C-903 - Power Cord - United States and Canada (120V) CLIN 0010: Agilent Technologies Part Number R-51B-001-C - Return to Agilent Warranty - 1 Year CLIN 0011: 2 Each Agilent Technologies Part Number 16493J - Interlock Cable for B1500//E5260//E5270/4155/4156 CLIN 0012: 2 Each Agilent Technologies Part Number 16493J-002 - Interlock Cable for B1500/E5260/E5270/4155/4156 (3 m) CLIN 0013: 2 Each Agilent Technologies Part Number 16493L - Ground Unit Cable for B1500/E5260/E5270/41501 (Triaxial) CLIN 0014 2 Each Agilent Technologies Part Number 16493L - 002 - Ground Unit Cable for B1500/E5270/41501 (Triaxial, 3 m) CLIN 0015: 2 Each Agilent Technologies Part Number 16494A - Triaxial Cable CLIN 0016: 10 Each Agilent Technologies Part Number 16494A-002 - Triaxial Cable (3m) CLIN 0017: 2 Each Agilent Technologies Part Number 16494A-003 - Triaxial Cable (80 cm) CLIN 0018: 2 Each Agilent Technologies Part Number N1254A - Accessories for Instruments and Fixtures CLIN 0019: 2 Each Agilent Technologies Part Number N1254A-100 - Ground Unit Kelvin adapter for B1500/E5260/E5270 PLEASE BREAKDOWN PRICE AS SHOWN: CLIN QUANTITY UNIT PRICE TOTAL DELIVERY SCHEDULE 0001 2 Each 0002 4 Each 0003 4 Each 0004 4 Each 0005 2 Each 0006 2 Each 0007 2 Each 0008 2 Each 0009 2 Each 0010 1 Each 0011 2 Each 0012 2 Each 0013 2 Each 0014 2 Each 0015 2 Each 0016 10 Each 0017 2 Each 0018 2 Each 0019 2 Each Total of CLINs 0001 through 0019* *Quote must have unit price for each CLIN, total for each CLIN, and total for CLINs 0001 through 0019. Prices are to be based on F.O.B. Origin. The following clauses and provisions apply: FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Clause must be completed and submitted with quote or completed in ORCA.) FAR52.212-4 (Jun 2010) Contract Terms and Conditions - Commercial Items FAR 52.212-5 (Jan 2011) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items -FAR 52.209-6 (Dec 2010) Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment -FAR 52.219-28 (Apr 2009) Post Award Small Business Program Representation -FAR 52.222-3 (Jun 2003) Convict Labor -FAR 52.222-19 (Jul 2010) Chile Labor - Cooperation with Authorities and Remedies -FAR 52.222-21 (Feb 1999) Prohibition of Segregated Facilities -FAR 52.222-26 (Mar 2007) Equal Opportunity -FAR 52.222-36 (Oct 2010) Affirmative Action for Workers with Disabilities -FAR 52.225-13 (Jun 2008) Restrictions on Certain Foreign Purchases -FAR 52.232-33 (Oct 2003) Payment by Electronic Funds Transfer - Central Contractor Registration DFARS 252.212-7001 (Dec 2010) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items -FAR 52.203-3 (Apr 1984) Gratuities -DFARS 252.203-7000 (Jan 2009) Requirements Relating to Compensation of Former DoD Officials -DFARS 252.225-7001 (Jan 2009) Buy American Act and Balance of Payment Program -DFARS 252.232-7003 (Mar 2998) Electronic Submission of Payment Requests -DFARS 252.247-7023 (May 2002) Transportation of Supplies by Sea Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. ASC/PKO G-001 Wide Area Work Flow - Receipt and Acceptance (WAWF-RA) Electronic Invoicing Instructions. (Complete instructions will be made available upon request, and will be included in the resulting Purchase Order.) ASC/PKO H-002 - Delivery Procedures Commercial Vehicles (Jul 2005) All vehicles larger than a large pick-up truck are required to be inspected by the Wright-Patterson Air Force Base Commercial Vehicle Delivery gate (CVDG) prior to entering the installation. Vehicles to be inspected include, but are not limited to, the following: 1. Step van/panel truck 2. Tractor/trailer, box and flat bed containing cargo 3. Tanker trucks 4. Box trucks 5. Tour buses 6. Garbage/recycle wast trucks 7. Concrete trucks/mixers, dump trucks 8. Cranes, recreational vehicles, petroleum tanker This inspection will be conducted at Gate 16A located of State Route 444. The following are exemptions to vehicles utilizing the CVDG: 1. If the vehicle has the product inside (concrete and asphalt trucks) and timely delivery is necessary due to product deterioration, it does not need to enter the CVDG. To bypass the CVDG, the contractor shall submit a list containing driver's names, social security numbers and the state in which the driver's license is held for those drivers who will be entering the base. This shall be accomplished 24 hours prior to requested entry time. If entry is requested on Monday, this list must be submitted by Friday at 1630 hours. All lists shall be submitted to the 88th ABS/CE Directorate contract inspector. The only gates that may be used under this exemption shall be 15A, 26C, 38C, and gate 1B. If the driver's name is not on the list, he/she will not be allowed access to the installation through these gates and the base will not assume liability for denied access. 2. If a delivery vehicle must exit, and then re-enter the base to complete its route, the vehicle shall be re-sealed upon exiting the base. After initially passing through the commercial vehicle delivery gate, trucks shall be re-sealed at Gates 15A, 38C and 22B. The re-sealing of the trucks will allow them to continue to any other area of the installation (Areas A, B, C, or Kittyhawk) without reprocessing through the CVDG. To receive re-sealing assistance, the drivers shall physically stop at one of the three authorized gates and request the installation entry controller to re-seal their truck and provide the next location of their delivery. The controller will re-seal the truck and give the delivery driver a pre-clearance form. The driver shall present the pre-clearance form to the entry controller at the next point of installation entry. This re-entry can be through any base gate. Vehicles may be submect to an inspection at any of the installtion entry control points during a directed random antiterrorism measure (RAM). Any commercial vehicle, regardless of size, can be directed to the CVDG at the discretion of the installation entry controller. Statement Number 07: SHIP FOB ORIGIN - COMMERCIAL BILL OF LADING (CBL): INSTRUCTIONS TO CONTRACTOR: 1. The F.O.B. Point for this shipment will be origin. Ship prepaid via the most economical means and show the shipping charges as a separate line item on the invoice. If the cost of the shipment is less than $100, include a copy of the paid freight bill with the invoice. Full payment cannot be processed without your cooperation and compliance. 2. If the cost of the shipment is over $100, the Contractor shall contact the Freight Traffic Unit, 88 MSG/LGRTTF, Wright-Patterson AFB, OH at (937) 257-2765/2901 (No Collect Calls will be accepted), at least 10 Business Days prior to the actual ship date to request a Commercial Bill of Lading (CBL). The Freight Traffic Unit will then prepare the CBL and forward a copy to the Contractor with instructions for the shipment. If a CBL is issued, you must use the CBL for your shipment, otherwise YOU WILL NOT BE REIMBURSED FOR FREIGHT CHARGES OF YOU SHIP OTHER THAN BY THAT COMMERCIAL BILL OF LADING. 3. The following information will be required at the time you call the Freight Traffic Unit: a. Actual Ship From Address b. You Name, Phone Number, and FAX Number c. Actual Date the Freight will be ready for pick-up d. Purchase Order (PO) Number e. Name of the individual who issued the PO f. Total Number of items to be shipped g. How the items are packaged, I.e., carton, skid, crate, box, etc. h. Dimensions of each item using the following format: LXWXH i. Weight of each item j. Shipping hours k. Any Special Instructions pertaining to your shipment
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-T-0080/listing.html)
 
Place of Performance
Address: AFRL/RYD, 2241 Avionics Circle, Bldg. 620, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02403303-W 20110319/110317234540-84d88cbfbc1e17614899290e49f49e5e (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.