Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2016 FBO #5311
SOLICITATION NOTICE

66 -- Aeroflex Broadband Signal Analyzer (BSA) with 24 month warranty and one day on-site integration training. - HC1028-16-T-0136

Notice Date
6/6/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
HC1028-16-T-0136
 
Archive Date
7/5/2016
 
Point of Contact
Sharon E. Brace, Phone: 6182299479
 
E-Mail Address
sharon.e.brace.civ@mail.mil
(sharon.e.brace.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
MATERIALS/PRICING LIST BRAND NAME RATIONALE REQUEST FOR QUOTE (RFQ) RFQ INSTRUCTIONS TO OFFEROR This request for quotation (RFQ) is to support the Defense Information Systems Agency (DISA) Joint Interoperability Test Command (JITC) located at Bldg. 57305, 2001 Brainard Rd, Fort Huachuca, Arizona requirement for an Aeroflex Broadband Signal Analyzer (BSA) with 24 month warranty and one day on-site integration training. The specifics are as follows: Task/Delivery Order Title DISA JITC BSA Small Business Set Aside N/A North American Industry Classification System (NAICS) Code 334519 Order Type Firm Fixed Price (FFP) Period of Performance Delivery 8 weeks ARO Incumbent Contractor No Section 508 Applicable No Method of Evaluation Technically Acceptable DD254 Required No Quotation Due Date June 20, 2016 at 10:00am CST The Defense Information Technology Contracting Organization (DITCO) is seeking pricing to provide a BRAND NAME Broad Signal Analyzer. Quotes shall be submitted in accordance with the below specifications and RFQ requirements. The quote must comply in all material respects with the requirements of the law, regulation, and conditions set forth in the solicitation. The quote must meet all mandatory solicitation requirements. The offeror must be determined responsible according to the standards of FAR Part 9, Subpart 1. The contractor shall deliver the specified items to the delivery point no later than 8 weeks from contract award. All materials shall be brand name; materials will be inspected for acceptance upon delivery. ADDITIONAL REQUIREMENT INFORMATION: FOB destination Payment will be made by via WAWF. Technically Acceptable methodology: The Quote must represent best value from selection of the technically acceptable quote in accordance with the stated requirements and delivery, with lowest evaluated price. The Government intends to evaluate proposals in ascending price beginning with the lowest price offeror. If the lowest priced offeror is technically acceptable, evaluations will conclude and award made to that offeror. If the lowest priced offeror is determined to not be technically acceptable, evaluations will continue in order of ascending price until the first offeror who is determined to be technically acceptable. At that point evaluations will conclude and award made to that offeror. No further evaluations will be conducted once the lowest price technically acceptable offer has been determined. Any questions concerning this requirement should be sent to sharon.e.brace.civ@mail.mil not later than 1000 CST, June 10, 2016 The Government cannot guarantee responses to questions received after this date/time. All questions/comments/concerns should be addressed in writing (via email) to DITCO/PL8324, Sharon Brace. Quotations are due no later than June 20, 2016 at 1000 (CST) and should be submitted to the contract specialist at DITCO via the following email address: sharon.e.brace.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/HC1028-16-T-0136/listing.html)
 
Place of Performance
Address: JOINT INTEROPERABILITY TEST COMMAND, 2001 BRAINARD RD., BLDG. 57305, FORT HUACHUCA, Arizona, 57305, United States
Zip Code: 57305
 
Record
SN04139709-W 20160608/160606234639-19e6319b1aadb2d2550fdce499f6cb28 (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.