Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2005 FBO #1361
MODIFICATION

58 -- Procuring Airborne Telemetry Receivers and Video Receivers For 412 TW, Edwards AFB, CA

Notice Date
8/16/2005
 
Notice Type
Modification
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AF5157B001
 
Response Due
8/29/2005
 
Description
This solicitation is amended to add and clarify the following: The quantity of Receivers to be provided is 25. The delivery should be 3 months not 3 days. This is a combined synopsis/solicitation for commercial items 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. The solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05 and DFARs Change Notice (DCN) 20050726. This acquisition is a small business set-aside. NAICS is 334220 a small business size standard of 750 employees. Solicitation is for commercial purchase of: The contractor shall provide the following based on the information stated: The Air Force Flight Test Center is looking at procuring Airborne Telemetry receivers and Video Receivers. The purpose of this device is to receive telemetry data from captive carry weapons. The following is the description of the unit. ? Telemetry Receiver, S-Band: 2200 to 2399 MHz, Frequency Agile in 1 MHz Steps, Remote Frequency Control via BCD ? IF Bandwidth: Dual IF Bandwidths, Wide and Narrow, selectable via single pin grounding, actual IF BWs TBD to accommodate Input Data Rates and Rx/Tx Stabilities ? Data Rate for Wide IF BW: 10 Mbps NRZ-L max, AC Coupled (10 Hz min) ? Output Signal: 5V TTL Level ? Relative Signal Strength Indication: DC Voltage proportional to input signal strength (approx 1 to 5V) ? -20 degrees C to +71 degrees C Baseplate Operating Temperature ? +28 Vdc Nominal Supply Voltage ? Connectors: RF In: SMC Female; Output: TNC Female; Power and Signal Strength: PT02H-12-10P; Frequency Select: MDM-15S The Series of rugged receivers are available for Telemetry (TRX) or Video (VRX) applications. FM modulated analog or digital signals are demodulated for use in airborne, mobile, and ground installations. In wide use in Aircraft, Target Drone, UAV, RPV, Helicopter, and telemetry and data link applications, these units are available for VHF, UHF, full L and S band through 18 GHz fixed frequency or frequency agile operation. Many optional features are available to meet most system requirements including data rate capability beyond 20 Mbps and multiple IF bandwidths to accommodate multiple bit rates. The receivers are designed using surface mount technology keeping the physical package size to a minimum and efficiency ? reliability maximized. Single, double, or triple conversion designs are used to meet the requirements of the application and operating frequency. Operation over a temperature range of -20 degrees centigrade to +71 degrees centigrade is standard, extended ranges available. The offeror shall include descriptive literature such as specifications, brochures or other manufacturing information that fully describes the item if not the suggested manufacturer and part number. Delivery must be 3 days after receipt of purchase order and FOB Destination. Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524. The following provisions and clauses apply: Offerors must include a completed copy of the provision at 52.212-3 Use of On Line Representations and Certifications Application (ORCA). Further Information on ORCA may be obtained from the ORCA Help Menu, <http://orca.bpn.gov/help.aspx>. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. If the offeror does not have a copy of these provision go to http://farsite.hill.af.mil and look up far clauses; copy and complete all applicable provisions answering all questions. If you do not have access to the Internet please contact the contract specialist to request a copy. Any responses without all provisions will be considered non-compliant. Additionally all bidders must have a current registration with the Central Contractors Registration database @ http://www.ccr.gov to be eligible for contract award The following provisions and clauses apply: 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from 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: (i) technical capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.212-3 Alternate I 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 252.212-7000 Offeror Representations and Certifications--Commercial Items 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.212-4 Contract Terms and Conditions ? Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-3 Alternate I 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award. 252.211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) Offers are due at the 412th Test Wing (TW), Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524, by COB (1630 PST) on 29 August 2005. Any questions concerning this synopsis should be submitted to the Contract Negotiator, Terence Vickers, by email at, Terence.vickers@edwards.af.mil or by fax at (661) 275-7860. Faxed/email transmissions of quotes are preferred.
 
Place of Performance
Address: 5 South Wolfe Ave, Edwards AFB, CA 93524
 
Record
SN00871523-W 20050818/050816212157 (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.