Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2007 FBO #1915
SOLICITATION NOTICE

58 -- Microwave Transmitter/Receiver

Notice Date
2/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W81R8T70090031
 
Response Due
2/28/2007
 
Archive Date
4/29/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This requirement is being issued under the Simplified Acquisition Procedures as a Brand Name or Equal per FAR 52.211-6. It is strongly advised that you review FAR Clause 52.211-6 Brand Nam e or Equal (Aug 1999) for information regarding what must be included with your quote if you are submitting an equal to offer. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Fac 2005-15, Effective 12 Feb 2007 & Class Deviation 2005-o0001 and Defense Federal Regulation Supplement (DFARs), current to DCN 20070212. It is anticipated that payment will be made by Government Visa Credit Card. This action is solicited as a 100% small business set-aside. The North American Industry Classification System (NAICS) is 334310 with a size standard of 750 Employees. All prospective bidders must be actively registered in the Central Contractor Registration. Offerors may register online at http s://www.bpn.gov/CCR/scripts/index.html . The award will be made to the low priced, technically acceptable offeror. . The quotation shall consist of one Contract Line Item Number (CLIN) 0001, Quantity: 3 Unit of Issue: Each, Description: Microwave Link  Br and Name or Equal to Pacific Microwave Research, Inc. (PMR), 1485 Poinsettia, Suite 111, Vista, CA, 92081 transmitter / receiver models as specified below: 1. SCOPE: These specifications set forth the Governments minimum requirements for PMR MDL# ODU-AT100, Outdoor Enclosure Series Transmitter & PMR MDL# ODU-AR100Series Receiver. The Microwave Transmitter/Receiver will be used for Optics Branch for upgrade o f video installations using state of the art technology, packaging and components. CONFIGURATION: The Microwave Link shall be turn-key, configured of standard commercial off the shelf Pacific Microwave Research, Inc. or equal models (performance of PMR model ODU-AR100/ODU-AT100 or better) and shall meet or exceed all of the following s pecifications. CAPABILITY: The Microwave Link shall be a rugged field deployable assembly capable of use in low desert terrain environments - mobile vans and permanent instrumentation installations. SPECIFICATIONS: 1. The Microwave Link shall be C-Band 4 to 4.5 GHz, Multi-Channel Selection in 1 MHz Tuning Steps. 2. The Microwave Link shall have a high/low range 3 watts nominal (high) and 0.3 Watts nominal (low) transmit power for video and audio transmission. 3. The Microwave Link shall have a minimum Video Input Response of 10 Hz to 4.5 MHz. 4. The Microwave Link shall have a minimum of one NTSC output at 1 volt peak to peak. 5. This unit also shall have a minimum Frequency Stability +/- 0.002% 6. Shall have 600 ? Balanced Audio Input, Microphone or Line Level. 7. Each Microwave Link shall use rugged packaging for the testing environment, including rainfall and dust. 8. The Microwave Links shall use nominal - 24 inch dishes with 27 dBi gain. 9. The Microwave Link will have Sensitivity  -78 dBm: 35 dB SNR un-weighted. Power requirements: 1. Shall operate on 120 VAC 60 Hz nominal power at less than 1 amperes or 11 to 14 Volts DC at less than 1 amp. 2. Shall initialize within two minutes of application of power. Physical and Environmental: 1. The minimum operating temperature range shall be -10 degrees to +65 degrees Celsius. 2. Humidity: 5-85% non-condensing. 3.The transmitter and receiver units shall be less than 7 W x 7H x 7 L. 4. Shall weigh less than 2 pounds for transmitter or receiver. Accessories: 1. Shall include all adapters and cables necessary for power and communications interface. 2. Shall include an operator manual. Delivery, accept ance and Fob point is the U.S. Army Yuma Proving Ground in Yuma, AZ 85365. Delivery will be required within 90 days after receipt of order (ARO). Arizona vendors are to include the Arizona Transaction Privilege Tax. All offers shall include any applicable freight charges. This solicitation is being issued as a Request for Quotation (RFQ). Offers shall be clearly marked with RFQ referencing number # W81R8T70090031 and emailed to Crystal.Mendoza@yuma.army.mil or sent by facsimile to 928-328-6849 no later than then 28 Febuary 2007 at 11:00 a.m. Mountain Standard Time (MST). In addition, all technical questions concerning this requirement must be emailed to Crystal.Mendoza@yuma.army.mil no later than the 26 February 2007 at 11:00 a.m. Mountain Standard Time (MST). Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (Sep 2006). FAR provision 52.212-3 Offeror Representations and Certifications Commercial Item (Nov 2006) with Altern ate I (Apr 2002). Note: In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill/af.mil/Vffar1.htm locate the referenced provision, copy and paste it to a Word D ocument and complete. If you are registered in the Online Representations and Certifications Application (ORCA) website at https://orca.bpn.gov/ and have the information posted you are only required to submit a signed copy of section (k) of FAR Clause 52. 212-3 in place of 52.212-3. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) and FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions required to Implement Statues of Executive Order Commercial Items (N ov 2006) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), 52.232-36 Payment by Third Party (May 1999). DFARS Clauses 252.212-7001 Contract Terms and Conditions Required to Implement Statues of Executives Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2007), specifically 252.225-7036 Buy American ActFree Trade Ag reementsBalance of Payments Program (Oct 2006) with Alternate I (Oct 2006). DFARS provision 252.232-7003 Electronic Submission Payment Requests (May 2006), DFARS provision 252.247-7023 Transportation of Supplies by Sea (May 2002) with Alternate III (May 2 002). DFARS Clause 252.225-7035 Buy American Act---Free Trade Agreements---Balance of Payments Program Certificate (Oct 2006) with Alternate I (Oct 2006). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to Crystal Mendoz a via email to Crystal.Mendoza@yuma.army.mil or by facsimile (928) 328-6849 for notification of amendments. See Note 1.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN01235943-W 20070223/070221220837 (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.