Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2003 FBO #0617
SOLICITATION NOTICE

99 -- IF to Tape/Baseband Converters

Notice Date
8/6/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
 
ZIP Code
45433-5309
 
Solicitation Number
F33601-03-T-0184
 
Response Due
7/23/2003
 
Archive Date
8/31/2003
 
Point of Contact
Helen Williams,937-257-6146 x4211
 
E-Mail Address
Email your questions to Helen.Williams@wpafb.af.mil
(Helen.Williams@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSITATION FOR IF TO TAPE/BASEBOARD CONVERTERS F33601-03-T-0184 This is a combined synopsis/solicitation for a commercial item to be procured for the National Air Intelligence Center at Wright Patterson Air Force Base, prepared in accordance with the format in FAR Subpart 12.6, 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. Solicitation F33601-03-T-0184 is issued as a Request for Quotations (RFQ). This procurement will be awarded in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. No hard copies will be sent. This proposed acquisition is UNRESTRICTED. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15. The associated standard industrial classification (SIC) code is 3669 and the North American Industry Classification System (NAICS) code is 334290. The small business size standard is 750 Employees. The RFQ has one (1) line item. LINE ITEM 0001: (3 EACH) IF to Tape/Baseband Converters. A technical description of the items being offered must be submitted in sufficient detail to evaluate compliance with the minimum requirements. Minimum requirements are listed below in the Sources Sought portion of this announcement. Offerors must complete the fill-ins at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, which are attached at www.pixs.wpafb.af.mil. FOB point is Destination (Wright-Patterson AFB OH 45433). Quoted prices should be delivered (FOB Destination) prices. The following provisions apply to this acquisition and are incorporated: FAR 52.212-1, Instructions to Offerors - Commercial (Oct 2000) FAR 52.212-2, Evaluation - Commercial Items. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: Evaluation of quotes and subsequent award will be based upon best value to the government considering cost and technical acceptability. A technical description of the items being offered must be submitted in sufficient detail to evaluate compliance with the requirements. All offerors shall include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certification Commercial Items. FAR 52.212.3, Offeror Representations and Certifications - Commercial Items, are listed as an attachment on the web site listed above and must be submitted with the quote. FAR 52.252-1, Solicitation Provisions Incorporated by Reference. Fill in for this provision is: http://farsite.hill.af.mil. The following clauses are hereby incorporated and will be included in subsequent award either by reference or in full text. FAR 52.204-6, Data Universal Numbering System (DUNS) Number; FAR 52.212-4, Contract Terms and Conditions, Commercial Items (Feb 02); FAR 52.212-5, Alt I, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items: FAR 52.222-3 Convict Labor FAR 52.222-18 Certification Regarding knowledge of Child Labor for Listed End Products; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26, Equal Opportunity; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-16, Sanctioned European Union Country Services; FAR 52.233-3, Protest After Award; FAR 52.252-2, Clauses Incorporated by Reference, Fill-in for this clause is: http://farsite.hill.af.mil; FAR 52.252-6, Authorized Deviations in Clauses, Fill-In for this clause is: Defense Federal Acquisition Regulation, Chapter 2; DFARS 252.204-7003, Control of Government personnel Work Product; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders; (APR 2003) DEVIATION DFARS 252.225-7001, Buy American Act; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7007, Buy American Act-Trade Agreements-Balance of Payments DFARS 252.225-7036, Buy American Act-North American Free Trade Agreement Inplementation Act-Balance of Payments Program A registration page will be attached to the web site. If you would like to receive notice of any amendments and/or addendum that may be issued to the solicitation, you may register. If you do not register, it is your responsibility to review the web site for any changes to the RFQ. Contractors that are debarred, suspended or proposed for debarment are excluded from receiving contracts. Proposals prepared by debarred, suspended or otherwise ineligible contractors are at the risk and expense of the contractor. Contract financing will not be provided for this acquisition. All responsible sources may submit complete quote packages, including quote, Reps + Certs and sufficient information to determine if item being offered meets the minimum requirements by 16:00 PM EDT on 19 Aug 2003 to Helen Williams, 88 ABW/PKSB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB OH, 45433-5309, or faxed to (937) 257-3926, or e-mailed to Helen.Williams@wpafb.af.mil. For information concerning this solicitation, contact Helen Williams at (937) 257-6146 ext 4211. Contractors must be registered in CCR prior to award for solicitations issued after 31 May 1998. Tel: 1-888-CCR-2423 Fax: 1-703-696-0213. Duns/CCR Website: http://ccr.edi.disa.mil/ccr/cgibin//query.pl. All information regarding this acquisition will be posted on the World Wide Web at http://www.pixs.wpafb.af.mil. THIS IS NOT A NOTICE OF RFQ ISSUANCE. THIS EFFORT IS CONSIDERED COMMERCIAL IN NATURE AND ANY RESULTANT CONTRACT WILL BE AWARDED IAW FAR PART 12. PLEASE NOTE THE SUSPENSE DATE FOR SUBMISSION OF CAPABILITIES PACKAGES IS 23 JULY 2003. Wright-Patterson AFB OH anticipates a competitive acquisition for a quantity of three (3) IF to Tape/Baseband Converters. This sources sought synopsis is issued to determine if there are contractors capable of and interested in supplying the required item. Minimum system requirements are as follows: MINIMUM REQUIREMENTS Input Center Frequency: 21.4, 70 and 160 MHz Standard Fixed, Variable channel: 10 MHz to 250 MHz in 5kHz steps Noise Figure: 12 dB max at 21.4 MHz; 15dB max at 70 and 160 MHz Input Level Range: -70 dBm to 0 dBm Output Center Frequency: 1.075, 2.150, 3.225 and 4.300 MHz preset frequency: Variable - 100 kHz to 20 MHz (50 MHz optional) in 1 kHz steps Output Bandwidth: 2MHz, 4MHz, 20 MHz (50 MHz optional), automatically selected Differential Group Delay Variation (over 85% of B. W.): plus/minus 200 nsec, 0.05 to 2 MHz; plus/minus 100 nsec, 0.2 to 4 MHz; plus/minus 50 nsec, 0.4 to 20 MHz (50 MHz optional) Image Rejection: 35 dB typ., 30 dB minimum Impedance - All Signal Ports: 50 O VSWR: 1.5:1 max (14 dB return loss) Fixed Frequency IF Inputs; 2.0:1, max (9.5 dB return loss) Variable Frequency Input Harmonic Related Spurious Outputs: -40 dBc maximum Two Tone Intermodulation Products: -40 dBc maximum for two output tones at +7 dBm Spurious Outputs: -40 dBc maximum Output Level: +13 dBm (1 Vrms); plus/minus 1.5 dB Output Level Variation: plus/minus 0.5 dB maximum over 90% of the output bandwidth AGC: CW and Pulse Operation Threshold -70 dBm Attack Time 100 usec, nom. Decay Tims 100 msec, nom. MGC Range: 70 dB min. Outputs: Dual Tape Outputs at + 13 dBm (AGC) External Reference: 1, 2, 5 or 10 MHz @ -5 to + 10 dBm Reference on Tape: 100 kHz @ -10 dBm, switchable Front Panel Controls: Input IF, Output Center Frequency, Gain, AGC/MGC, ROT On/Off, Power On/Off, BIT Configuration Remote Control Functions: RS-232 Control of Input IF, Output Center Frequency, Gain, AGC/MGC, ROT On/Off Front Panel Displays/Indicators: External Reference LED, Status LED, Output Level Meter, Power On/Off Indicator Rear Panel Connectors: Input/Output: BNC-female, RS-232: 9-pin D Power: 90-240 VAC, 47-420 Hz, 45 watts, max Operating Temperature: 0-50 C Dimensions: Half-rack chassis, 1.75in H x 8.5in x 20in deep (4.5 x 12.6 x 50 centimeters). IMPORTANT: Above dimensions are the MAXIMUM allowable. Weight: 8 lb (3.6 kg) max All sources capable of providing the required system are being sought. In addition to the information provided in the Capabilities Package described below, responding parties must also indicate their size status in relation to the applicable North American Industry Classification System (NAICS) code 334290/Standard Industrial Classification (SIC) code 3669 (size standard 750 employees). Sources should identify and address if they are a large, small, 8 (a), woman owned, Hubzone, or otherwise classified as a small disadvantaged business in their responses. CAPABILITIES PACKAGE: All interested firms should submit a capabilities package that outlines their capabilities to provide the required item. The capabilities package should include enough information on your IF-Tape/Baseband Converter in order for the Government to determine if it meets the minimum system requirements. Submit capabilities packages, business size status, and routine inquiries concerning the Sources Sought to Helen Williams, 88 ABW/PKSB, Bldg 1, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB OH 45433-5309, telephone 937-257-6146 x4211, or fax 937-257-3926, or e-mail Helen.Williams@wpafb.af.mil. This sources sought is for information and planning purposes only. It does not constitute a solicitation and is not to be construed as a commitment by the Government. RESPONSES ARE DUE NO LATER THAN 23 JULY 2003. For more information on 03T0184--IF to Tape/Baseband Converters please refer to http://www.pixs.wpafb.af.mil/pixslibr/03T0184/03T0184.asp
 
Web Link
03T0184-IF to Tape/Baseband Converters
(http://www.pixs.wpafb.af.mil/pixslibr/03T0184/03T0184.asp)
 
Place of Performance
Address: Wright-Patterson AFB OH
Zip Code: 45433
Country: USA
 
Record
SN00393659-W 20030808/030806213658 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.