Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
SOLICITATION NOTICE

58 -- Telemetry Recievers

Notice Date
9/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5 Bldg 647, Tyndall AFB, FL, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
Reference-Number-F4AT836235A1-Reinard
 
Response Due
9/11/2006
 
Archive Date
9/26/2006
 
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; quotes are being requested and a written solicitation will not be issued. This solicitation, F4AT836235A1, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-10. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 334511 and the small business size standard is 750 employees. The following commercial items are requested to be furnished in this solicitation; FOB: Destination for delivery to Tyndall AFB, FL 32403 Compact Telemetry Receiver, 2 ea. Receiver must meet or exceed the following specifications ? Unit must include the combiner; 3 multimode demodulators supporting AM, FM, PM, BPSK, and QPSK. Each internal receiver will receive S band (2200 ? 2400 MHz) and L band (1435 ?1540 MHz) and output 70 MHz to back Panel. Each receiver will have an IF bandwidth of 100KHZ to 16 MHz. Must be able to store a minimum of 20 stored setup configurations per channel in non-volitile memory; Must have Auto, Manual, and Hold Gain Control Modes; Must have a frequency resolution in 100kHz steps. Must have the ability to be remotely controlled via either Ethernet Lan connection or RS-232. Argon St or Equal. The following provisions and clauses apply to this acquisition: FAR 52.232-18 Availability of Funds. FAR 52.211-6 Brand Name or Equal. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-1 Convict Labor; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.219-8 Utilization of Small Business Concern; FAR 52.219-14 Limitations on Subcontracting; FAR 52.222-19 Child Labor ? Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. One award will be made as a request of this solicitation. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. All quotes must be sent to A1C Chad S. Reinard at : Fax 850-283-8491; e-mail chad.reinard@tyndall.af.mil. Quotes are required to be received no later than 12:00 PM CST, Tuesday, September 11, 2006.
 
Place of Performance
Address: Tyndall AFB , FL
Zip Code: 32403
Country: UNITED STATES
 
Record
SN01135023-W 20060908/060906225541 (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.