SOLICITATION NOTICE
66 -- Low Noise 26.5 GHz Microwave Down Converter - Brand Name Letter
- Notice Date
- 8/18/2011
- 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 Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
- ZIP Code
- 80914-1385
- Solicitation Number
- FA2517-11-T-6073
- Archive Date
- 9/8/2011
- Point of Contact
- Wendy Farnsworth, Phone: 7195566411, Anthony Archut, Phone: 7195564894
- E-Mail Address
-
wendy.farnsworth@peterson.af.mil, anthony.archut@peterson.af.mil
(wendy.farnsworth@peterson.af.mil, anthony.archut@peterson.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Brand Name Letter for Agilent Microwave Down Converter. (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in 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. (ii) This solicitation, FA2517-11-T-6073, is being issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-51. (iv) This procurement is not a small business set-aside. The NAICS code is 334515 and the size standard is 500 employees. (v) The commercial item being procured is manufactured by Agilent Technologies, a large business. The item required is being procured as a brand name only. The part number and description are as follows: Agilent Technologies P/N #N5507A, Low noise 26.5 GHz Microwave down converter (1 each). (vi) Quote Submission: Item identification to include manufacturing part number, pricing information, DUNS, Cage Code, tax ID, terms and conditions. (vii) The commercial item being requested shall be priced as FOB destination to Peterson AFB, CO. The commercial item shall be delivered to: Peterson PMEL 210SS/MASP, Bldg. 506 330 W. Duluth Ave. Peterson AFB, CO 80914 (viii) The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008). All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The government will not provide contract financing for this acquisition. (ix) FAR 52.212-2(a) Evaluation-Commercial Items (Jan 1999), applies to this acquisition. Quote will be based on the lowest price quote with technical acceptance. (x) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (Apr 2011), is applicable to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov) at the time of Quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010), applies to this acquisition. (xii) The clause at FAR 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Mar 2011), applies to this acquisition. (xiii) The following additional clauses apply to this acquisition: The following FAR clauses are: a) FAR 52.222-3, Convict Labor (June 2003) b) FAR 52.222-19, Child Labor-Cooperation With Authorities and Remedies (Jul 2010) c) FAR 52.222-21, Prohibition of Segregated Facility (Feb 1999) d) FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) e) FAR 52.222-25, Affirmative Action Compliance (Apr 1984) f) FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) g) FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (Oct 2003). The following DFAR clauses are: a) DFARS 252.204-7004 (Alt A), Central Contractor Registration (SEP 2007) b) DFARS 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2011) c) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (JAN 2009) The following AFFAR clauses are: a) AFFARS clause 5352.201-9101 Ombudsman (Aug 2005) (A7K, 150 Vandenberg St, Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, 719-554-5299, a7k.wf@afspc.af.mil (xiv) The Defense Priorities and Allocation Systems (DPAS) do not apply to this request for quote. (xv) POC is Wendy Farnsworth, 719-556-6411, wendy.farnsworth@peterson.af.mil for information regarding this solicitation. All quotes must be received in my office NLT 24 August 2011 2:00 pm MST in the form of an e-mail.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-11-T-6073/listing.html)
- Place of Performance
- Address: Peterson PMEL, 210SS/MASP, Bldg. 506, 330 W. Duluth Ave, Peterson AFB, Colorado, 80914, United States
- Zip Code: 80914
- Zip Code: 80914
- Record
- SN02540423-W 20110820/110819000054-54e2744ba909373c81a5ad3f8dba25b5 (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 |