Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2006 FBO #1556
SOLICITATION NOTICE

70 -- HYPER MOD DEMODULATORS

Notice Date
2/27/2006
 
Notice Type
Solicitation Notice
 
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
FA9302-06-P-E024
 
Response Due
3/7/2006
 
Archive Date
3/22/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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 2005-08 and DFARs Change Notice (DCN) 20060123. This acquisition is a small business set-aside. NAICS is 334220 with a small business size standard of 500 employees. Solicitation is for commercial purchase of: Nova Engineering (Mfnr), part number: HM-MMD44-R70-1-T0, quantity 1 Hypermod MMD44 multi-mode demodulator/bit Sync, Rack mount, 70 MHZ with adaptive equalizer and forward error correction. Description: The demodulators will be integrated into the AFFTC telemetry acquisition systems to provide hardware that supports the use of spectrally efficient modulated waveforms and improves the utilization of current legacy waveforms. The unit shall be able to demodulate Pulse Code Modulation/ Frequency Modulation (PCM/FM) waveforms, Shaped Offset Quadrature Phase-Shift Keying-Telemetry Group (SOQPSK-TG) waveforms IRIG 106, and Advanced Range Telemetry Continuous Phase Modulation (ARTM CPM) waveforms per IRIG 106. The demodulator shall include an integrated bit synchronizer. In the PCM/FM mode, the demodulator shall provide at least a 2.5 dB improvement in detection efficiency compared to traditional PCM/FM per IRIG 106. The demodulator must be able to support data rates up to 20 Mbps in all three modes. The demodulator shall operate with 20 MHz and 70 MHz IF Inputs. The demodulator shall include a real-time signal quality display. The demodulator shall include an adaptive equalizer to mitigate the effects of multi-path on all three waveforms. The demodulator shall have separate I and Q test outputs for monitoring purposes. The demodulator shall be computer controllable via RS232/422 interface. The North American Industry Classification System Code (NAICS) is 334220 and the size standard is 750 Please include ?Delivery time? after receipt of purchase order and FOB Destination. Place of delivery, performance, and acceptance is FOB Destination to 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 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. 52.212-4 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 52.222-26 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 I 52.225-3 Alternate II 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 by 0800 7 March 2006. Any questions concerning this synopsis should be submitted to the Contract Negotiator, Andrea Haley, by email at, andrea.haley@edwards.af.mil or by fax at (661) 275-7849. Faxed/email transmissions of quotes are preferred. PLEASE DO NOT USE MICROSOFT STATIONARY IN YOUR EMAIL!
 
Record
SN00995391-W 20060301/060227212148 (fbodaily.com)
 
Source
FedBizOpps 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.