Federal Bid

Last Updated on 25 Oct 2007 at 4 AM
Combined Synopsis/Solicitation
Fort huachuca Arizona

59--Spectrum Analyzer for the Electronic Proving Ground (EPG), Fort Huachuca, Arizona 85613

Solicitation ID W9124Q-07-R-EPGSAD
Posted Date 10 Sep 2007 at 4 AM
Archive Date 25 Oct 2007 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Fort huachuca Arizona United states 85613
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: 1 each, E4407B - ESA-E 9kHz-26.5 GHz Spectrum Analyzer Type N Input Connector U.S. - English localization; 1 each, E4407B-1D5 - High stability frequency reference 1 each, E4407B-1DR - Narrow resolution bandwidths; 1 each, E4407B-1DS  Preamp; 1 each, E4407B-1DN - Tracking generator; 1 each, E4407B-UKB - 100 Hz low frequency extension; 1 each, E4407B-B7D - Digital signal processing and fast ADC; 1 each, E4407B-B7E - RF communications hardware; 1 each, E4407B-1AX - RS-232 and Centronics interface; 1 each, R-50C-011-3 - Agilent Calibration Upfront Support Plan 3 year; 1 each, R-51B-001-3C - 1 year Return-to-Agilent warranty extended to 3 years. FOB DESTINATION: Fort Huachuca, Arizona. Payment will be made by Government credit card under Net 30 Terms. Offe rs are due no later than 12 noon, Mountain Standard Time, Friday, 14 September 2007. Offers shall be submitted electronically at: [email protected]. EVALUATION CRITERIA/PROCEDURES: Offers will be evaluated based on the following best value cr iteria 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 Virginia J. Miller, Contracting Officer, at (520) 538-3978 or [email protected]. The synopsis/solicitation document and incorporated provisions and clauses are those in e ffect through Federal Acquisition Circular 2005-16. This is a total small business set aside. 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 Offeror's Tax Identification Number, CAGE Code, Central Contractor Regi stration 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 Statutes or Executive Orders Commercial Items appl y 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 this announcement.
Bid Protests Not Available