Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2006 FBO #1711
SOLICITATION NOTICE

58 -- Advanced Multiband/Multimission Tactical Radio System-manpacks, AN/PRC-117F

Notice Date
8/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (HQ AMC/A7KF), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5015
 
ZIP Code
62265-5015
 
Solicitation Number
FA4452-06-Q-A103
 
Response Due
8/10/2006
 
Archive Date
9/30/2007
 
Small Business Set-Aside
Total Small Business
 
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 AMC Specialized Contracting Branch intends to solicit and award a firm-fixed price contract, under Federal Acquisition Regulation (FAR) Part 12 and 13. This is a 100% small business set aside. The North American Industry Classification System (NAICS) for this acquisition is 334220 with a Small Business Size Standard of 500 employees. The solicitation number for this announcement is Request for Proposal (RFP) FA4452-06-Q-A103. 32 each Harris Corporation Advanced Multiband/Multimission Tactical Radio System-manpacks, part number AN/PRC-117F, Brand Name or Equal, with the following salient characteristics: Frequency Range VHF LOW: 30.000 to 89.999 MHz VHF HIGH: 90.000 to 224.999 MHz UHF: 225.000 to 512.000 MHz UHF SATCOM: 243.000 to 270.000 and 292.000 to 318.000 MHz Frequency Tuning Resolution 10 Hz Chanel Bandwith VHF LOW: 25 kHz VHF HIGH: 8.33 kHz, 12.5 kHz, 25kHz UHF: 5 kHz, 8.33 kHz, 12.5 kHz, 25 kHz Preset Channels 100 Fixed/Hopping presets 10 DAMA presets Modulation VHF LOW: FM (5, 6.5 or 8 kHz) FSK VHF HIGH: FM (5, 6.5 or 8 kHz); AM (90%), FSK, ASK UHF: FM (5, 6.5 or 8 kHz); AM (90%), FSK, ASK UHF SATCOM: BPSK, SBPSK, SOQPDK, DEQPSK, CPM Power Supply 26 VDC Nominal, accepts two BA-5590, BB-390A/U, BB-2590, or BB-590 batteries Enviornmental: Tested to MIL-STD-810E Shock/Vibration: Ground mobile environment Immersion: 1 m of water Operating Temperature: -40C to +70C Altitude: Operate to 15,000 ft (After storage: 40,000 ft) Size (maximum envelope) 3.2H x 10.5W x 9.6D in.(w/o battery case 3.2H x 10.5W x 13.5D in.(w/battery case Displacement Volume 235 in (w/o batatery case); 375in (w/battery case) Weight 15.9 lb (w/2 BA-5590 batteries amd battery case) 9.8 lb (w/o batteries or battery case) Voice Modes Simplex or Half-duplex SINCGARS ECCM (VHF Lowband only) Plain Text Analog VoiceWideband Cipher Text Digital Voice (16 kbps; CVSD; KY-57), 12 kpbs Fascinator) Narrowband Cipher Text Digital Voice (2.4 kbps; LPC-10),(MELP,ANDVT/KYV-5, KG-84) Have Quick 1/11ECCM (UHF band only) Data Modes Simplex or Halp Duplex Asynchronous data (75, 150, 300, 600, 1200, 2400, 4800, 9600, 19.2k, 38.4k, 57.6k, 115.2k) Synchronous data (300, 600, 1200, 2400, 12k, 38.4k, 16 kbps) SINCGARS ECCM (VHF LOW band/1200, 2400, 4800, 9600, 16k, & TACFIRE) EDM RS-232 ? 600 bps Wideband Cipher Text Digital Data (16 kbps; KY-57) Narrowband Cipher Text Digital Data (2.4 kbps; ANDVT/KYV-5) KC-84C Have Quick 1/11 ECCM (16 kbps; KY-57 UHF band only) 12 CPM baud rates, plus Reed-Solomon FEC rates Data Capability High Performance Waveform (HPW) SATCOM and LOS 48/64 kbps LOS secure data Simultaneous Voice & Data, Voice Priority Over Data (VPOD) SATCOM Compatibility MIL-STD-188-181B Dedicated Channels MIL-STD-188 182A ? 5 kHz DAMA MIL-STD-188-183A - 25 kHz DAMA MELP ? 5 kHz dedicated SATCOM & DAMA COMSEC Interoperability KY-57 VINSON, ANDVT/KYV-5 (Mode 3), KG-84C (Modes1, 2, 3,4) Fascinator COMSEC Features KDU acts as Cryptographic Ignition Key, Over-The-Air Rekey (OTAR), including full SARK capability, storage for over 170 black keys of type TrTEK, TEK, KEK or TSK COMSEC Fill Devices KYK-13, KOI-18, KYX-15, AN/CYZ-10, Simple Key Loader DTDs, supports DS-101 and DS-102, and Mode 2/3 (RDS) fill formats TRANSEC Interoperability SINCGARS ESIP (ICOM, SDM and EDM) Have Quick I/II DAMA & HPW Orderwire TRANSEC Fill Devices MX-18290/VRC; AM/CYZ-10, Simple Key Loader DTDs GPS Capability External dedicated interface, PLGR and NMEA-183 protocol compatible External Drive interfaces RS-232E, MIL-STD-188-114A, FS-422 balanced Remote Control Capability Full remote control ? RS-232E or RS-422 balanced interface Removable Keypad/Display Unit (up to 250 feet) Interoperable Radios AN/PRC-117D(V)2; AN/VRC-94D(V)2; AN/PRC-119A CNR, ANPRC-113, AN/PRC-77, PSC-5, LST-5 B/D/E Transmitter Specifications Output Power 30-90 MHz FM: 1-10 Watts PEP and Avg. 90-400 MHz FM: 1-20 Watts PEP and Avg. 90-400 MHz AM: 1-20 Watts PEP (10 Watts Avg) 400-512 MHz FM: 1-10 Watts PEP and Avg. 400-512 MHz AM: 1-10 Watts PEP (4 Watts Avg) UHFTACSAT:FM: 2-20 Watts PEP Avg. OutputPower Selection: Variablein 1 dB steps Harmonic Supression: Greater than 40dBc Frequency Stability: 1x10 Receiver Specifications Sensitivity VHF LOW FM: -118 dBm for 10 dB SINAD VHF HIGH FM: -118 dBm for 10 dB SINAD VHF HIGH AM: -110 dBm for 10 dB SINAD,70% Modulation UHF FM: -117 dBm for 10dB SINAD (225 ? 243 MHz and 270 ? 512 MHz) UHF AM: -110 dBm for 10 dB SINAD, 70% Modulation UHF TACSAT;FM: -120 dBm for 10 dB SINAD Adjacent Channel Rejection 60 dB referenced to 10 dB SINAD (50 kHz channel) VHF = 60dB (50 kHz off channel) UHF = 45dB (50 kHz off channel) Available Features Embedded IP Data, Wireless Cloning Brand Name or Equal. This requirement is for new equipment only and quotes offering refurbished equipment will not be considered. Information shall be provided in a format that reflects the price per item and a total price. Delivery is to be made within 60 days after receipt of order on an FOB Destination basis to Travis AFB, CA; Pope AFB, NC; McConnell AFB, KS; Grand Forks AFB, ND; Fairchild AFB, WA; and McGuire AFB, NJ. Total cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement. Offerors are required to submit with their offer a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, or provide notification that their Representations and Certifications are available on the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. The clause at FAR 52.204-7 Central Contractor Registration applies to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-6; Notice of Total Small Business Set-Aside; 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; 52.222-35, Affirmative Action 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; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea. FAR 52.211-6; Brand Name or Equal (Aug 1999) and FAR 52.214-21; Descriptive Literature (Apr 2002) apply. The clause at AFFARS 5352.201-9101; Ombudsman applies to this acquisition. This is a DO rated order under the Defense Priorities and Allocations System (DPAS). Wide Area Workflow procedures shall be used for invoicing and acceptance on this requirement. All offers are due to this agency no later than 3:00 p.m., Central Daylight Time (CDT), 10 August 2006. Send all offers to David Limbrick, 507 Symington Dr. Rm W202, Scott AFB, IL 62225-5022, or by facsimile to 618-256-3091, or e-mail to David.Limbrick@scott.af.mil. To view the clauses in full text, visit www.acqnet.gov/far.
 
Record
SN01103173-W 20060803/060801221029 (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.