Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2007 FBO #1928
MODIFICATION

58 -- Video Transmitter and Receiver Equipment

Notice Date
3/6/2007
 
Notice Type
Modification
 
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, UNITED STATES
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AZ7036B002
 
Response Due
3/20/2007
 
Archive Date
6/6/2007
 
Point of Contact
Leonard Buckless, Contract Negotiator, Phone 661-277-8590, Fax 661-275-7885,
 
E-Mail Address
Leonard.Buckless@edwards.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-15 and DFARs Change Notice (DCN) 2006-12-19. Standard Industrial Classification (SIC) code is 3663. NAICS is 334220 and the size standard is 750 employees. This acquisition is a 100% small business set aside. Award will be made to the lowest priced offeror whose unit meets the salient characteristics listed below as described in clause 52.211-6 Brand Name or Equal. The 412 TW/ PKD, Edwards Air Force Base, CA is seeking to purchase the following items: Line Items; 6000A 20 Position Rack 9 ea; 6010A-NA Power Supply for 6000A Rack 8 ea; 3400-C1S Video Transmitter Card 24 ea; 3401-C1S Video Receiver Card 15 ea; 3400-B1S Video Transmitter Box 2 ea; 3401-B1S Video Receiver Box 6 ea; PDPS-1-NA Power Supply 6 ea; 5012-1 Fiber Data Transceiver 1 ea; Minimum Salient Characteristics: 20 POSITION RACK; Total number of positions: 20; Finish: clear, irridited aluminum; Phyical size: 19W x 5.25 H x 11 D; Operating Temp Range: -35 to +75 degrees C; Optional External Power input: 8.7 to 12 VDC; Max Allowable external current: 11 amperes; External power input connector: 3 position terminal block; UNIVERSAL SWITCHING POWER SUPPLY; Total number of positions: 3; Input voltage range (continuous): 90 to 260 volts AC; 47/63 Hz @ 2A max; Output power: 8.0 volts DC +/-1% regulated @ 11 A max; Output protection: overvoltage; crowbar, short circuit; current limiting; Input Protection: P/C fuse for catastrophic failure; Ripple and Noise: 1% p-p, DC to 20 MHz; Operating Temp Range: -35 to + 75 degrees C; EMI compliance: UL 1950, CSA 22.3 No. 220, VDE EN 60 950, European CE; Input Power connector : IEC 320; VIDEO TRANSMITTER/RECEIVER CARD & BOX VERSION; System consists of transmitter and receiver card and box version; 850 nm Multimode; ST Connector; Number of channels 1 on box, dual on card; Frequency Response: 8 MHz (-3dB); Differential Gain: 1%; Differential Phase: 0.5 degree; Signal-to-noise Ratio: 67 dB-NTSC; 62 dB ? PAL/SECAM; Video connector: BNC; Number of fibers: Box 1; Card 1 or 2; LED indicators: power; video present; alarm LED (Card version); Power Requirements: 9-24 volts AC or DC, 5 watts; Operating Temp Range: -35 to +74 degrees C; Optical connectors: St or FCPC; Operating Wavelength: 850, 1310 or 1550 nm; Physical size: 3.5W xd 1.25H x 4.75L; Weight: approx 1 lb; Slots filled in 6000A card cage: 1; POWER SUPPLY; Input voltagbe/frequency: AC 100-250 volts; 50/60 Hz; Input rated current: AC 140 mA +/-20% @ ACA 220V; 50/60 Hz; No load output voltage: DC 11.40 volts ? 12.60 volts; Output voltage: DC 11.40 volts ? 12.60 volts; Tolerance: rated loading current: DC 1.0A; Output ripple: 120 mV p-p max @ 20 MHz bandwidth; Noise: 150 mV p-p max @ 20 MHz bandwidth; Operating Temp range : 0 t0 +40 degrees celcius; Storage Temp Range: -20 to +60 celcius; Operating and storage humidity: 20% to 90% relative non-condensing; Vibration test: after acceleration of 1G; 5-55 Hz, total amplitude, 1.5 mm for 1 hr; Dimensions: 2.56L x 1.89W x 1.3H; Over voltage protection: output voltage is cut off when output is over 120%; Short circuit protection: auto recover mode; Efficiency: 75% typical @ AC 250 volts; Shell: 94V-0; EMI: meets VCCI class 2, FCC class B; Cispr Class 2; Output polarity: wire with markings is positive; FIBER DATA TRANSCEIVER; Number of fibers: 2; Operating wavelength: 850 or 1310 nm; Connectors: optical: ST; multimode; FC singlemode data; removable screw-clamp type terminal block; Operating Power per unit: 10 to 18 volts DC @ 150 ma peak; Operating Temp range: -35 to + 74 degrees C; Indicator LEDs; Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB destination to Edwards AFB CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION AND DFARS 252.204-7004, ALTERNATE A. INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH THE CCR, GO TO URL: http://www.ccr.gov/ . ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/ . The following provisions and clauses apply to this acquisition and are listed in full text: Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand Name or Equal 52.211-6 -- Brand Name or Equal Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as ?brand name or equal,? the purchase description reflects the characteristics and level of quality that will satisfy the Government?s needs. The salient physical, functional, or performance characteristics that ?equal? products must meet are specified in the solicitation. (b) To be considered for award, offers of ?equal? products, including ?equal? products of the brand name manufacturer, must? Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by? (i) Brand name, if any; and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate ?equal? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation. AFFARS 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Director of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524, Phone # 661-277-2006, Fax 661-277-3784. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. The following provisions and clauses apply to this acquisition and are listed by reference. The full text can be found at http://farsite.hill.af.mil: FAR Clauses: 52.212-1, Instructions to Offerors--Commercial Items; Clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-26, Equal Opportunity; 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; and 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans); Clause 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. DFARs clauses: Clause 252.211-7003, Item Identification and Valuation; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program; and 252.232-7010 Levies on Contract Payments. AFFARs clause: Clause 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances. Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA, 93524, not later than Close of Business (COB) 20 March 2007 at 4 pm PST. E-mail address: leonard.buckless@edwards.af.mil. ********Modified to Correct Width of 20 Position Rack from 10W to 19W. 6 March 2007. Leonard Buckless********* NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAR-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AZ7036B002/listing.html)
 
Place of Performance
Address: Edwards AFB, CA
Zip Code: 93505
Country: UNITED STATES
 
Record
SN01245254-F 20070308/070306223248 (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.