Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2003 FBO #0751
SOLICITATION NOTICE

59 -- Signal Switching System

Notice Date
12/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 2, Commander, NAWCWD, Code 220000D, 429 E. Bowen Rd - Stop 4015, China Lake, CA, 93555-6100
 
ZIP Code
93555-6100
 
Solicitation Number
N68936-04-T-0025
 
Response Due
1/7/2004
 
Archive Date
1/22/2004
 
Point of Contact
Jacqueline Scherry, Contract Specialist, Phone (760) 939-4240, Fax (760) 939-8186, - Mary Jacobs, Procuring Contracting Officer, Phone (760) 939-6043, Fax (760) 939-8186,
 
E-Mail Address
jacqueline.scherry@navy.mil, mary.jacobs@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Air Warfare Center Weapons Division, China Lake, intends to procure a 256 x 256 Signal Switching System. The Switching System will be incorporated into the existing Telemetry Center at the China Lake Range Control Center. The intent is to replace existing multiple 64 x 64 Switching Systems with a single 256 x 256 Switching System. The equipment procured for this new Switching System should have performance characteristics that meet or exceed the existing equipment. The current 64 x 64 Switching Systems are Universal Switch Corporation, Mode Number 11685 TTL Systems. Physical Characteristics: Standard 19 inch EIA equipment mounting, weight not to exceed 75 pounds, convention cooling. Environmental Requirements, Operating: Item to be installed in environmentally controlled test bay environment; Temperature: 40 degrees F to 100 degrees F; Humidity: 0 to 75%. Input Power: Single phase, 60 Hz, 90 to 130 Vac; Input transient over voltage and over current protection required. Switch Array Size: 256 x 256 full fan-out non-blocking. Input and Output Signal Characteristics: Signal type: TTL single ended; Date Rate: 0 to 30 Mbit/sec; Signal Crosstalk Isolation: Greater than 60 dB, 0 to 30 Mbit/sec data rate; Nominal Gain: Unity, 0 to 30 Mbit/sec data rate; Frequency Response: 0 to 150 MHz; Input Impedance 75 ohms; Output Loading: capable of driving into RG ? 59 cable, 75 ohm characteristic impedance; Signal Connections: BNC female; Signal Coupling: DC; Signal Input and Output Protection: Over voltage and over current protection required. Instrument Control: Must be controllable and programmable utilizing a front panel keyboard and display; Must be controllable and programmable remotely via a standard personal computer serial interface; Instrument status must be provided over personal computer serial interface communication link to allow viewing at location other than instrument front panel. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Sub-part 12.6, as supplemented with additional information included in this notice and award shall be made in accordance with FAR Subpart 13.5 Simplified Acquisition. This announcement constitutes the only solicitation. A formal written solicitation request for quotation (RFQ) will not be issued. All responsible sources may submit a quotation, which shall be considered by the agency. The solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-10. All offerors shall submit proposals in writing to Commander, Attn: Jackie Scherry, Code 220000D, 429 E. Bowen Road, Stop 4015, Naval Air Warfare Center Weapons Division, China Lake, CA 93555-6100 by 1400 local time 07 January 2004. The NAICS Code is 334419 and the Size Standard is 500 employees for this procurement. The purchase order has a DPAS rating of C9. The resulting purchase order will be a Firm-Fixed Price type contract. Packaging and marking shall be in accordance with commercial standards. Inspection and Acceptance shall be at Source. Delivery shall be FOB Destination in accordance with FAR Clause 52.247-34. Place of Delivery shall be the Naval Air Warfare Center Weapons Division, China Lake, CA 93555-6100. Time of Delivery shall be in accordance with the offeror?s proposed best delivery rate. The following clauses/provisions also apply: 52.204-6, Data Universal Numbering System (DUNS) Number (Apr 1998); 52.212-1, Instructions to Offerors - Commercial Items (Sep 1999); 52.212-2, Evaluation -Commercial Items (Jan 1999) (Award will be based on lowest technically acceptable offer from a responsible source); 52.212-3, Offeror Representations and Certifications - Commercial Items (Feb 2000) (Offerors shall include a completed copy of this provision with proposal); 52.212-4, Contract Terms and Conditions - Commercial Items (May 1999); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Feb 2000) (including 52.203-6, 52.219-8, 52.219-9, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.232-33); 52.242-15, Stop-Work Order (Aug 1989); 52.233-2, Service of Protest (Aug 1996) (fill-in: Mary Jacobs, Code 220000D, Naval Air Warfare Center Weapons Division, China Lake, CA 93555-6100); 52.244-6, Subcontracts for Commercial Items and Commercial Components (Oct 1998); 52.246-2, Inspection of Supplies Fixed Price (Aug 1996); 52.246-16, Responsibility for Supplies (Apr 1984); 252.204-7004, Required Central Contractor Registration (Mar 1998); 52.215-5, Facsimile Proposals (Oct 1997); 252.204-7001, Commercial and Government Entity (CAGE) (Dec 1991); 252.212-7000, Offeror Representations and Certifications - Commercial Items (Nov 1995); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Sep 1999) (including 252.225-7001, 252.225-7012, 252.227-7015, 252.227-7037); 252.246-7000, Material Inspection and Receiving Report (Dec 1991); 5252.243-9504, Authorized Changes Only by the Contracting Officer (Jan 1992) (to be completed at award). A copy of standard commercial warranty shall be included with proposal. The internet address for FAR clauses/provisions is www.arnet.gov/far/; for DFARS clauses/provision is http://www.acq.osd.mil/dp/dars/dfars.html; and for NAPS clauses/provisions is http://www.abm.rda.hq.navy.mil/nap1.html. The anticipated award date is 04 February 2004. Quotations may be submitted via electronic mail to Jacqueline.scherry@navy.mil or by fax at (760) 939-8329. All responsible sources may submit a quotation, which shall be considered by the agency. See Numbered Note 1.
 
Place of Performance
Address: N/A
 
Record
SN00490748-W 20031218/031216212539 (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.