This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following requirement: 3 each, 6GH Digital Phospor Oscilliscope with the following minimum specificat ion requirements: Data Acquisition Specifications: 6 GHz Bandwidth, 4 Channels, 25 gigasamples/s Sample Rate on all 4 Channels Simultaneously, 100 megasamples Acquisition Record length on all 4 Channels Simultaneously, Acquisition Capture Rate of greater than 300,000 waveforms/s on all 4 Channels Simultaneously, Capable of 4.0 ms Real-time Resolution Duration, Capable of up to 3.125 gigabit/s Serial Pattern Triggering; Other Operational Specifications: Removable Hard Drive Disc Assembly, Spare Hard Drive Disc Assembly, 12.1 inch XGA Touch Screen Display, Input connectors for all four channels to be 2.92mm jacks, Unit must be capable of software-controlled operation using National Instruments Tektronix command set; Physical Specifications:Instrument must b e 19 inch rack mountable or have kit that allows 19 inch rack mounting as follows: Vertical size no more than 7 rack units (12.25 inches nominal), Instrument depth no more 21.5 inches from rack mounting ear to back of instrument; 3 each, Tektronix, DPO7060 4 10XL, 100 Msamples/CH; 3 each, Tektronix, 016198501, Rack, Platform assembly, safety controlled; 3 each, Tektronix, 065075500, Disk Drive Assembly, service replacement kit, unprogrammed hard drive 119718900 with packaging. FOB DESTINATION: Fort Huachuc a, Arizona. Payment will be made by Government credit card under Net 30 Terms. Offers are due no later than 12 noon, Mountain Standard Time, Monday, 21 May 2007. Offers shall be submitted electronically at:
[email protected]. EVALUATION CRITER IA/PROCEDURES: Offers will be evaluated based on the following best value criteria in descending order of importance: Meeting the requirement, Proposed Delivery Schedule, Past Performance, and Price. The result of the award will be posted in Fedbizopps( http://www.fbo.gov/) under Award Notices. Questions pertaining to the Award Notice must be submitted in writing. For additional information, contact Carmen M. Simotti, Contract Specialist, at (520) 533-8189 or
[email protected]. The synopsis/s olicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. This is a full and open procurement. The NAICS code is 334515. The solicitation is issued as a request for proposal (RFP) and will be awarded as a firm-fixed-price. All Electronic and Information Technology will be Section 508 of the Rehabilitation Act of 1973 compliant. The following FAR provision 52.212-1, Instruction to Offerors Commercial items, applies to the acquisition. FAR provision 52.212-2, Evaluation of Commercial Items, applies to the acquisition (See evaluation criteria above). Offerors shall include a completed copy of FAR provision 52.212-3,Offeror Representations and Certifications Commercial Items, and furnish O fferor's Tax Identification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes with its offer. FAR clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Re quired Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. FAR clause 52.219-8, Utilization of Small Business Concerns apply. The government reserves the right to select for award, all, some, or none of the proposals rece ived in response to this announcement.
Bid Protests Not Available