Federal Bid

Last Updated on 23 Nov 2009 at 9 AM
Combined Synopsis/Solicitation
Camp murray Washington

70--CONTROL SYSTEMS ARCHITECTURE

Solicitation ID F6T8CC9156AC01
Posted Date 18 Sep 2009 at 10 PM
Archive Date 23 Nov 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7n6 Uspfo Activity Waang 141
Agency Department Of Defense
Location Camp murray Washington United states 98438
This is a combined synopsis/solicitation for supplies 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. Reference number F6T8CC9156AC01 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25. This solicitation is set aside for small business; the associated NAICS code is 334111 and small business size standard is 1,000 employees. This requirement is for the purchase of:

0001-AA Development Studio Unlimited, Unlim/60K/500, v10.1
PN-97-1187

1 each

0002-AA System Platform 250 IO/250 History, v3.1A
System Platform 3.1A- Application Server 250 IO V3.1
w/ 2 Application Server Platforms, Historian Server
250 Tag Standard Edition V9.0, Device Integration
Server, Information Server V3.0 w/ 1 IS Advanced CAL
(local only)
PN SP-1131A

1 each

0003-AA InTouch for SysPlatform w/ ActFactory TSE Conc,
v10.1
PN-01-2419T

2 each

0004-AA SCADAlarm v6.0 with SP2 with Modem
PN 04-9011
1 each

0005-AA Honeywell UDC 300/3300 TOP Server
PN 41233142
1 each

0006-AA Wonderware Customer First - Standard Level
Annual support cost for above listed licenses.
PN-10-7001
1 each

0007-AA Logix 5561 Processor With 2Mbyte Memory
Mfr Part#: 1756-L61
1 each

0008-AA 7 Slot ControlLogix Chassis
Mfr Part#: 1756-A7
1 each

0009-AA 85-265 VAC Power Supply (5V @ 10 Amp)
Mfr Part#: 1756-PA72
1 each


0010-AA CLX EtherNet/IP 10/100 Bridge Module - Twisted Pr
Mfr Part#: 1756-ENBT
1 each

0011-AA 2/24VDC sinking Input Module 16Pts (20 Pin)
Mfr Part#: 1794-IB16
1 each

0012-AA 85-265 VAC Power Supply (5V @ 10 Amp)
Mfr Part#: 1756-PA72
1 each

0013-AA Removable terminal block, Screw Clamp (20Pin)
Mfr Part#: 1756-TBNH
1 each

0014-AA Removable terminal block, Screw Clamp (36Pin)
Mfr Part#: 1756-TBCH
1 each

0015-AA RSLogix 5000 Programming Software + 1 lic
Mfr Part#: 9324-RLD300PTE
1 each


0016-AA Factory Talk View Site Edition (dev) + 1 lic
Mfr Part#: 9701-VWSTENE
1 each

0017-AA Factory Talk Gateway, Allows OPC data
Mfr Part#: 9355-WABGWENE
1 each

Delivery requirement: 30 days ARO, FOB Destination to Camp Murray, WA. Exact address will be provided upon award.

Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.

" FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation.

" FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. Note: determine evaluation criteria and modify clause as required. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Price- The Government will evaluate offers for award purposes or the total price for the requirement. Technical and price factors, when combined, are equal., FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4
" Contract Terms and Condition-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal)
FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation " FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, Restrictions on Certain Foreign Purchases ( greater than $2,500), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, " DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items " DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (solicitation only)
" DFARS 252-225.7001, BAA - Balance of Payments Program
" DFARS 252.225-7002, Qualifying Country Sources as Subcontractors
" DFARS 252.225-7012 and 252.225-7031 (if acquisition exceeds $100K)
" DFARS 252.225-7014 and 252.225-7015 (if acquisition exceeds $100K) and is subject to the Berry Amendment (see DFARS 225.7002)
" DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award)
" DFARS 252.246-7000, Material Inspection And Receiving Report

Information concerning FAR clauses can be obtained at http//farsite.hill.af.mil. The date, time and request for quote offers are due: 11:00 A.M. PST on 24 September 2009 to [email protected] or 509-247-7221 FAX 509-247-7225.

Electronic offers preferred. All questions must be submitted in writing no later 11 am PST 21 SEPT 09.

PROVIDE CAGE CODE AND TAX ID # ON QUOTE

Bid Protests Not Available

Similar Past Bids

Fairchild air force base Washington 16 Sep 2009 at 11 PM
Lakehurst New jersey 12 Mar 2020 at 2 PM
Mills Wyoming 03 Jul 2024 at 4 PM
Location Unknown 12 Jun 2012 at 6 PM

Similar Opportunities