Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2005 FBO #1389
MODIFICATION

58 -- Bit Synchronizer

Notice Date
9/13/2005
 
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
Reference-Number-F1S0AF5231B003A
 
Response Due
9/19/2005
 
Archive Date
10/4/2005
 
Description
This is a combined synopsis/solicitation for commercial items 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; 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) 20050901. This acquisition is a full and open competition. NAICS is 334220 with a small business size standard of 750 employees. Solicitation is for commercial purchase of: 14 each Airborne Telmetry Bit Synchronizers . Description: The Air Force Flight Test Center (AFFTC) at Edwards AFB, 419th FLTS, 412 TW/Instrumentation Division, has a requirement for 14 each airborne bit synchronizers. In addition, it requires a non-recurring engineering effort to modify existing hardware to provide a second set of RS-422 outputs from bit sync (Data & Clock). The ABS400 is a programmable airborne telemetry bit synchronizer in a rugged design specifically tailored for command and control applications. With this supplementary module, two RS-422 (differential) data and clock outputs are available from the unit. Bit synchronizer lock is accomplished and maintained with up to eight errors in the sync code. Loss of receiver input signal clamps the bit sync operating data rate to the pre-programmed data rate. Programming is accomplished via an integral RS-232 port. The basic system consists of a bit synchronizer, frame synchronizer, programming circuitry and power supply. The system is also expandable to include analog and/or digital output ports. The frame synchronizer examines the reconstructed digital data stream from the bit synchronizer on a bit-by-bit basis for the ?best fit? pattern and outputs a sync pulse when correlation is achieved. Lock is accomplished and maintained with up to eight errors in the sync code. An RS-232 port on the frame synchronizer board allows many parameters, such as bits-per-word, words-per-frame, sync pattern, etc., to be programmed. Reprogramming can be accomplished in the field with a minimum of equipment. The unit can be configured with multiple bit synchronizers for applications requiring independent synchronization to multiple inputs. The ABS400 model consists of a Bit Synchronizer and optional Decommutator module with an open architecture that allows other module with an open architecture that allows other module types to be incorporated into the system. The design allows for a configuration of up to 16 modules attached to the first bit synchronizer. Although standard building blocks are used in figuring the ABS400, each unit is custom tailored to each customer?s specific application. Because of its modular construction, the unit is reconfigurable to contain 1 to 16 module in addition to the bit synchronizer. Modules are stacked onto the bit synchronizer modules in virtually any order, and are bolted together with provided hardware. The unit is then programmed for the appropriate system configuration. A variety of mounting configurations are available, and custom mounting can also be provided. 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 (iii) past performance 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.204-7 Central Contractor Registration 52.212-4 Contract Terms and Conditions ? Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 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. 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-26 Alternate I 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 II 52.225-13 Restrictions on Certain Foreign Purchases 52.247-34 FOB Destination 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 Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524 by COB (1630 PST) on 19 September 2005. Any questions concerning this synopsis should be submitted to the Contract Negotiator, Linda Griffiths by email at linda.griffiths@edwards.af.mil or by fax at (661) 275-7866. Faxed/email transmissions of quotes are preferred.
 
Place of Performance
Address: Edwards AFB, CA
Zip Code: 93524
Country: USA
 
Record
SN00893763-W 20050915/050913212050 (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.