Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2006 FBO #1664
SOLICITATION NOTICE

58 -- Dipole Antenna

Notice Date
6/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 305 Blue Jay St, Bldg 1033, Shaw AFB, SC, 29152-5004
 
ZIP Code
29152-5004
 
Solicitation Number
FA4803-06-QA143
 
Response Due
6/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR DIPOLE ANTENNAS Solicitation Number: FA4803-06-QA143. 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 number for this procurement is FA4803-06-QA143 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-09, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20060519 and Air Force Acquisition Circular (AFAC) 2006-0515. For informational purposes the North American Industry Classification System code is 423690 Antennas Wholesaling. This acquisition is set-a-side 100% for Small Businesses. This is a firm-fixed price procurement and will be procured using commercial item procedures and award selection will be based on lowest price and technically acceptable. Requirement is for two types of Dipole antennas. Each type of antenna has a different MHz rating. Each type also has similar technical specifications as provided below. Quantity: 22 each ? Dipole antennas, 39.75 MHz, and 41 each ? Dipole antennas, 67.425 MHZ. For both antenna types, required specifications include: Antenna must mount to a 1.5? ? 3.5? galvanized steel support pipe or tower leg. Antenna must be constructed with 6061-T6 aluminum, welded at the base connection to prevent intermodulation. Each element must be completely protected with a high tech coating that is resistant to accumulation of water and ice, and provides exceptional protection from corrosive gases, ultraviolet radiation, salt spray, acid rain and abrasives such as windblown sand. Power: 500 watts. Frequency range: 30-88 MHz (Antenna must be able to be re-optimized in the field for different frequencies) VSWR: 1.5:1 or less. Impedance: 50 Ohms. Pattern: Adjustable offset circular, cardioid, or bi-directional. Lighting Protection: DC Ground. Termination: Type N Male pigtail. Gain: 1-2.6dbd. Vertical Beamwidth: 66-88 degrees. Dimensions: 68? H x 78? deep. Weight: 21 pounds or less. Max Wind Velocity: 150 MPH. 0.5? Radial Ice: 120 MPH. Lateral Thrust at 100 MPH: 87.1 pound. Torque load at clamp at 100 MPH: 261 foot-pounds. The technical expert will evaluate the quotes on the basis of information furnished by the offeror and specifications provided in the RFQ. The following FAR provisions also apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items. The offeror?s quote shall contain the following information: offeror?s quote number, date, name, address, terms of any warranties, price, any discount terms, best delivery date for FOD destination, and acknowledgement of all RFQ amendments (if applicable). Quote shall also contain all other documentation specified herein. Late offers: Quotes or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. Evaluation/Award: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this RFQ once a technical evaluation of offerors quotes has been evaluated to determine technical acceptability. The following clauses are hereby incorporated by reference: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.225-1, Buy American Act-Balance of Payments Program Supplies, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payments, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.232-7003, Electronic Submission of Payment Requests. Response Time: All quotes will be accepted at the 20th Contracting Squadron (LGCAA) located at 305 Blue Jay Street, Shaw AFB, SC 29152, no later than 1630 EST on 30 Jun 2006. All quotes shall be marked with the Request for Quotation Number, Date and Time. Facsimile and electronic mail proposals will be accepted. Note: All offerors shall be registered in the Central Contractor Registration (CCR) before being considered for award. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Offerors shall include completed copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. Quotations may be submitted via fax to 803-895-6019 or by e-mail to ryan.schnepf@shaw.af.mil, or mailed to the attention of SSgt Ryan Schnepf at 20 CONS/LGCAA, 305 Blue Jay Street, Shaw AFB, SC 29152.
 
Place of Performance
Address: 305 Blue Jay Street, Shaw AFB, SC
Zip Code: 29152
Country: USA
 
Record
SN01070578-W 20060617/060615220947 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.