COMMERCE BUSINESS DAILY ISSUE OF JANUARY 30, 2001 PSA #2777
SOLICITATIONS
59 -- MICROWAVE POWER AMPLIFIER
- Notice Date
- January 26, 2001
- Contracting Office
- 311th HSW/PKO, 8005 9th St, Bldg 625, Brooks AFB, TX 78235-5353
- ZIP Code
- 78235-5353
- Solicitation Number
- F8DOJL10170100
- Response Due
- February 9, 2001
- Point of Contact
- Darlene Keister, Procurement Technician, 210-536-6261/Beatrice R. De Los Santos, Contracting Officer, 210-536-6227
- E-Mail Address
- CLICK HERE TO CONTACT THE PROCUREMENT TECHNICIAN (darlene.keister@brooks.af.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, streamlined procedures for evaluation and solicitation for commercial items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation F3DOJL10170100, is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. The associated North American Industry Classification System (NAICS) for this procurement is 334220 and the small business size is 750 employees. This purchase is for one (1) each Microwave Power Amplifier, 500 Watt continuous wave (CW) power output 1.0-2.5 GHZ Frequency Range (includes digital control panel (DCP) and IEEE-468 interface DB part number Db-4500-0102R3 bench top version. The frequency range and wattage are extremely important elements in the specifications of this item. Complete specifications should be submitted with your offer to allow a complete technical evaluation of proposed item. Requirements are for delivery FOB destination to AFRL/HEOA, Bldg 167, 2404 North Road, Brooks AFB, TX 78235. This will be a Firm-Fixed Price contract. Offers shall address all requirements in this combined synopsis/solicitation, and shall provide clear evidence of understanding the ability and willingness to comply with the Government's specifications of need. Failure to address a specification/requirement will be construed by the Government as inability to meet the need, or offeror's taking exception to it. The Government anticipates awarding one order resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to this synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Quotations will be evaluated in accordance with Federal Acquisition Regulation (FAR) Subpart 13.106-2-Evaluation of quotations or offers. Award will be made based on vendors' (A) Technical Capability of the item offered to meet the Government requirements; and (B) Price. Vendors shall address all requirements in this synopsis/solicitation, and shall provide clear evidence of understanding the ability and willingness to comply with the Government's specifications of need. Failure to address a specification/requirement will be construed by the Government as inability to meet the need, or the vendor's taking exception to it. The Government anticipates awarding one purchase order resulting from this combined synopsis/solicitation to the responsible vendor whose quotation, conforming to this synopsis/solicitation, will offer the BEST VALUE to the Government, price and other factors considered. The Government reserves the right to award a purchase order without discussions. All vendors are to include with their quotes, a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items, which may be downloaded from www.arnet.gov. The following Federal Acquisition Regulation (FAR) provisions apply to this synopsis/solicitation: clause at 52.212-1, Instructions to Offerors-Commercial; the clause at 52.212-4, Contract Terms and Conditions-Commercial Items, the clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including subparagraphs (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; (17) (ii) Alternate I of 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; which can be downloaded at http://farsite.hill.af.mil. All interested, responsible, business firms should submit written quotation no later than 9 February 2001, 4:00 p.m. CDT, to the 311th HSW/PKOB, Attn: Darlene Keister, 8005 oth Street, Brooks AFB, TX, 78235-5353. Mrs. Keister's telephone number is 210-536-6261, and her e-mail address is Darlene.keister@brooks.af.mil Note 1 APPLIES TO THIS ACQUISITION.
- Record
- Loren Data Corp. 20010130/59SOL006.HTM (W-026 SN50B9Y1)
| 59 - Electrical and Electronic Equipment Components Index
|
Issue Index |
Created on January 26, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|