Federal Bid

Last Updated on 09 Mar 2013 at 10 AM
Combined Synopsis/Solicitation
Lackland air force base Texas

Agilent Oscilloscopes

Solicitation ID RFQ130206TC
Posted Date 05 Feb 2013 at 4 PM
Archive Date 09 Mar 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside women-owned small business (wosb) program set-aside (far 19.15)
Contracting Office Not Specified
Agency Department Of Defense
Location Lackland air force base Texas United states 78236

REQUEST FOR QUOTE
Agilent Oscilloscopes
SOLICITATION NUMBER
RFQ130206TC

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ). This combined synopsis/solicitation incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2005-65 and DFARS change notice 20121231. Submission of written quotes must be in accordance with FAR 52.212-1, Instructions to Offerors, Commercial Items. Verbal offers will not be accepted.

The 802nd CONS will issue a purchase order to the vendor who is determined to offer the best value to the Government. The technically acceptable, lowest priced quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the technical criteria that is contained in the solicited item description. If the lowest priced submission does not meet the technical criteria described in the solicited item description, the government reserves the right to evaluate the next lowest priced submissions until it has determined a technically acceptable submission. The evaluation will stop at the point when the government determines an offeror to be technically acceptable with the lowest evaluated price, because that offer will represent the best value. Contingent upon a determination of contractor responsibility, award will be made to that offeror without further evaluation of other offers. Award will be made to the responsible vendor whose quote is the lowest evaluated price among technically acceptable quotes.

The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. This procurement is being issued as 100 percent Women Owned Small business set aside. The North American Industry Classification System (NAICS) Code is 334515 and the size standard is 500 employees.

1. Submission of Quotes Due Date:

The solicitation closes on Tuesday, 12 FEB 2013 10:00 A.M. Central Standard Time (CST)

Submitted quotes must be effective for 90 days after submission.

Offers may be faxed to 210-671-1433, Attention: CPT Trevor Chambers, or quotes may be emailed to Trevor Chambers, [email protected]. (Email is preferred). Quotes must be received no later than Tuesday, 12 FEB 2013 10:00 A.M. Central Standard Time. Quotes received after 10:00 A.M. CST will be late and will not be considered for award.

2. Company Info: Please provide the following information (if applicable):

Legal Business/Company Name (as it is indicated in SAM):



DUNS # Cage Code Number:

POC: Tel:

E-Mail Address: Federal Tax ID#: ________________________


3. Description of Goods/Services:

Agilent Oscilloscope


4. Please complete the unit price/extended amount/total cost and terms below:

ITEM DESCRIPTION Quantity Unit Unit Price Extended Amount
This is a Brand Name Requirement for Agilent Technologies.

0001 DSO91204A Infiniium Oscilloscope - 12 GHz 40 GSa/s 4 Ch
2 EA
tiny_mce_marker______
tiny_mce_marker______
0002 DSO90000A-500 Memory / CH Upgrade 500M -installed
2 EA
tiny_mce_marker______
tiny_mce_marker______
0003 DSO90000A-821 Additional Precision BNC to SMA adapters includes
2 EA
tiny_mce_marker______
tiny_mce_marker______
0004 DSO90000A-801 Removable hard drive - installed
2 EA
tiny_mce_marker______
tiny_mce_marker______
TOTAL COST tiny_mce_marker______

Deliver/Ship To: Lackland AFB, TX

FOB: (Government prefers Destination)

Payment Terms:

Delivery Date:¬¬¬_____________________


5. Mandatory Registrations: To be eligible to receive an award resulting from this RFQ, the apparent successful quoter must be registered the System for Award Management (SAM) and registrations must be current. If your Reps & Certs are not current go to https://www.sam.gov/ , no exceptions.

Offerors shall electronically complete FAR 52.212-3 Offeror https://www.sam.gov/ Representations and Certifications Commercial Items at website. The following clauses and provisions are applicable to this solicitation. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government; FAR 52.204-7, Central Contractor Registration; FAR 52.204-13, Central Contractor Registration Maintenance; FAR 52.211-17, Delivery of excess quantities; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business Program Re-representation; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.223-18, Contractor Policy to Ban Text Mess while Driving; FAR 52.225-1, Buy American Act-Supplies; FAR 52.232-33, Payment by electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.246-17, Warranty of Supplies of a Noncomplex Nature; FAR 52.247-34, F.O.B. Destination; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; DFARS 2542.232-7003, Electronic Submission Requests; AFFARS 5352.201-9101, Ombudsman. Clauses incorporated by full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-5, Authorized Deviatiations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) DFARS 252.232-7006, Wide Area Workflow Payment Instructions; Lackland 0007, Addendum to 52.212-4; Lackland 0009, Cell Phone; Lackland 0010, Safety Requirements for Solicitations and Contracts; Lackland 0013, Contractor Personnel Conduct; Lackland 0014, Contract Work Hours. All clauses and provisions may be accessed electronically at https://farsite.hill.af.mil or www.arnet.gov.

6. Basis for Award. Award will be made to the acceptable quoter with the lowest evaluated price, who is deemed responsible in accordance with FAR 9.104 and whose quote conforms to the solicitation. Since award will be based on initial responses, quoters are highly encouraged to quote their most advantageous pricing in their initial response.

7. Best Value Determination. The Government will award a contract resulting from this solicitation the technically acceptable responsible quoter whose quote conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The technically acceptable, lowest priced quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the technical criteria that is contained in the solicited item description. If the lowest priced submission does not meet the technical criteria described in the solicited item description, the government reserves the right to evaluate the next lowest priced submissions until it has determined a technically acceptable submission. The evaluation will stop at the point when the government determines a quoter to be technically acceptable with the lowest evaluated price, because that offer will represent the best value. Contingent upon a determination of contractor responsibility, award will be made to that quoter without further evaluation of other quoters.
Award will be made to the responsible vendor whose quote is the lowest evaluated price among technically acceptable quotes.

8. Questions/Answers: The government cutoff date for questions is 11 FEB 13, 10:00 a.m. CST. All responses will be post on FEDBIZOPS on 11 FEB 2013.

 

QUOTE BY: ___________________________ TITLE: _______________________
(Typed or Printed Name)


SIGNATURE: __________________________ DATE: __________________

Bid Protests Not Available

Similar Past Bids

West point New york 29 Aug 2011 at 6 PM
Washington 08 May 2008 at 4 PM
Location Unknown 24 Jun 2014 at 2 PM
Port hueneme California 09 Sep 2012 at 7 PM

Similar Opportunities

South lake tahoe California 27 Aug 2025 at 3 PM
Natick Massachusetts 21 Jul 2025 at 9 PM