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 (Brand or Equal): 5 each, GMS, P60x SBC: Full-up with 1GHz Celeronî M with 512K B cache CPU, with Dual Gigabit and less RAM, p/n 95-739-0 P601-1GHz; 5 each, 1GB DDR-266 PC2100 SO-DIMM DDR memory module with ECC, p/n 86-276-0 RAM-1GBS-DDR2E; 5 each, P60xBO, Breakout, 4inX4in breakout module, mates directly to P60x module (3mm stacking ), p/n 95-737-0 P60x-BO; 5 each, 80GB (or larger), 2.5in Hard Disk Drive mounted here by GMS on plate then onto P60x, p/n 72-119-0 MIDE-80GB/2.5; 5 each, Rohde & Schwarz, Inc. FSH6-N SPECTRUM ANALYZER: 6GHZ, HAND HELD Warranty: 1 yr to include the follow ing options: Option: - FSH6: 6GHz handheld spectrum analyzer ( INCL.), Option: - FSH-K1: Remote Control Capability ( INCL.), Option: - FSH-Z25: Soft Carry Bag ( INCL.), Option: - FSH-Z37: USB Interface Cable ( INCL.), Option: - External AC Power Supply ( INCL.), Option: - Operating Manual ( INCL.), Option: - Headphones ( INCL.), Option: - CD-Rom with remote control software & documentation; 5 each, SAS-260HV-10, 20 to 6000+MHz Omni Tactical Antenna for High Vibration applications. Single Diplexed RF conn ector. Input power 5W. Input connector is Type N. Size less than 19in tall x less than 18in diameter. Unit supplied with ABS radome. Standard Color is White, Tan and OD Green also available. FOB DESTINATION: Fort Huachuca, Arizona. Payment will be m ade by Government credit card under Net 30 Terms. Offers are due no later than 12 noon, Mountain Standard Time, Friday, 13 April 2007. Offers shall be submitted electronically at:
[email protected]. EVALUATION CRITERIA/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 A ward 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/solicitation document and inc orporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. This is a total small business set aside. The NAICS code is 334119. The solicitation is issued as a request for proposal (RFP) and will be awarded as a fi rm-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 Offeror's Tax Identifica tion 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 Required Implementing Sta tutes 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 received in response to thi s announcement.
Bid Protests Not Available