Requirement:
*Minimum specifications are included via attachment.
CLIN 0001 - 1 ea Z-Series 3-DSP Bioamp Processor; Item RZ5D
CLIN 0002 - 1 ea Optical PCI express Card for Optibit Interface; Item PO5e
CLIN 0003 - 1 ea Z-Series Preamp for Digital Headstages with 2-Inputs; Item PZ4-2
CLIN 0004 - 2 ea 32-Channel Digital Z1F-Clip Headstage; Item ZCD32
CLIN 0005 - 1 ea 32-Channel Z1F-Clip Headstage Holder; Item Z-ROD32
CLIN 0006 - 1 ea Multichannel software for Design, Acquisition & Analysis; Item OpenEx
CLIN 0007 - 1 ea Open Developer Suite; Item OD1
CLIN 0008 - 1 ea Open Explorer Software; Item OE1
CLIN 0009 - 1 ea Open Sorter Software; Item OS1
CLIN 0010 - 1 ea OpenEx Ext Package for Multi-Channel Neural Recording; Item SpikePac
CLIN 0011 - 1 ea Shipping
Quoted price should include FOB Destination. Required delivery date is 19 October 2011.
For questions, contact Tara Creekmore at e-mail only at [email protected].
The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-053 effective 04 August 2011
• FAR 52.204-8, Annual Representations and Certifications;
• FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards;
• FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment;
• FAR 52.212-1, Solicitation Provisions Incorporated by Reference;
• FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Execute Orders - Commercial Items;
• FAR 52.219-6, Notice of Total Small Business Set-Aside;
• FAR 52.219-28, Post-Award Small Business Program Rerepresentation;
• FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies;
• FAR 52.222-21, Prohibition of Segregated Facilities;
• FAR 52.222-26, Equal Opportunity;
• FAR 52.222-36, Affirmative Action for Workers with Disabilities;
• FAR 52.222-50, Combating Trafficking in Persons;
• FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving;
• FAR 52.225-13, Restrictions on Certain Foreign Purchases;
• FAR 52.233-1, Disputes;
• FAR 52.233-3, Protest After Award;
• FAR 52.247-34, F.O.B Destination;
• FAR 52.252-2, Clauses Incorporated by Reference;
• DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials;
• DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights;
• DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alt A;
• DFARS 252.204-7007 Alt A, Annual Representations and Certifications Alt A;
• DFARS 252.204-7008, Export-Controlled Items;
• 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, incorporating the following:
• DFARS 252.225-7001- Buy American Act and Balance of Payments Program;
• DFARS 252.232-7003, Electronic Submission of Payment Requests;
• DFARS 252.243-7002, Requests for Equitable Adjustment;
• DFARS 252.247-7023, Transportation of Supplies by Sea;
• DFARS 252.223-7008, Prohibition of Hexavalent Chromium;
• DFARS 252.232-7010, Levies on Contract Payments;
• AFFARS 5352.201-9101, Ombudsman;
• AFFARS 5352.242-9000, Contractor Access to Air Force Installations.
To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil
Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. Evaluations will be made on a lowest price technically acceptable basis. All responses must be received no later than 12:00 P.M., Central Standard Time on 20 September 2011. The quote is at the discretion of the offeror. Send all packages via email to Tara Creekmore at [email protected].