Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2007 FBO #1930
SOLICITATION NOTICE

58 -- TRANSMITTER

Notice Date
3/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 377 CONS - Kirtland (Operational Contracting Squadron), 377 CONS/LGC Operational Contracting Squadron 2000 Wyoming Blvd SE, Kirtland AFB, NM, 87117-5606, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2KBAE7052A001
 
Response Due
3/15/2007
 
Archive Date
3/30/2007
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with (IAW) the format in FAR 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 is a Full and Open Competition IAW 19.502-2(a). for an Exact Specifications requirement. The NAICS Code for this synopsis/solicitation is 334220, Size Standard 750 employees. Solicitation/Purchase Request number F2KBAE7052A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-15 effective 12 Feb 2007. The Government intends to award one contract line item number (CLIN 0001) for TRANSMITTER with the following Specifications: Electrical Specifications: Output Frequency: 2200.5 to 2299.5 MHz Frequency Step Size: 1.0 MHz Frequency Programming: std binary Frequency Stability: +/- 0.002% RF Output Power: 10 Watts Operating VSWR: 1.5:1 Open/Short Protection: Yes Spurious Emissions: IRIG 106-96 Modulation Type: FM Sense: Positive Bit Rate: 12 Bits Input Impedance: 120 ohms, RS422 differential Frequency Response: 100 Hz to 0.7 x BR, MHz, +/- 1.5 dB Peak Deviation: +/- 6 MHz Deviation Sensitivity: 0.35 x BR, +/- 10 % Deviation Linearity: 2% @ 6 MHz Distortion: 2% @ 6 MHz IFM: 10 KPK Max IAM: 5% Max Coupling: AC Modulation Return: Chassis Turn On Time: 2 Second Input Power Voltage: 24 to 32 V DC Current: 3.3 Amps Max Reverse Polarity: Yes, 40V for 180 seconds Overvoltage: Yes, 40V for 180 seconds Power Return: Chassis Environments Temperature Range: -20 to 71 C Vibration Sine: Std, 20 Hz to 2 KHz, 20G Vibration Random: 14g?s, random, 20 to 2000Hz, 3 axis Shock: 100G ? sine, 11 msec Acceleration: 100g, 3 axis Altitude: Unlimited Humidity: mil-std-810 method 507 EMI: IRIG 106-96, mil-std-461 Mechanical Outline Drawing #: 82002168 Weight: 7.0 oz max Dimensions: 2 X 3 X 0.8 inches Power/Frequency Connector: MDM15 RF output connector: SMA female Modulation Input: on MDM15 Special Testing Requirements, Comments, Notes: Standard unit with RS422 and pre modulation filter. QUANTITY: 3 UNIT OF MEASURE: each DESIRED DELIVERY DATE: 7 April 2007 FOB: DESTINATION. Inspection and acceptance: DESTINATION. The following provisions and clauses apply to this procurement: FAR 52.212-1, Instructions to Offerors-Commercial Items; Addenda to FAR 52.212-1 In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of specifications being met and price. FAR 52.212-3 Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); FAR 52.204-7, Central Contractor Registration; 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. [in paragraphs (b) and (c) the following clauses apply 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52-222-36, 52.225-13, 52.232-33; Addendum to FAR 52.212-5: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-2; Clauses may be accessed in full text at http://farsite.hill.af.mil/; DFAR 252.204-7004 Central Contractor Registration; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph and (b) the following clause applies 252.225-7001;] 252.232-7003 Electronic Submission of Payment Request; 252.247-7023 Transportation of Supplies by Sea; 252.247-7023 Alt III; Addendum to DFAR 252.212-7001 252.225-7002; Warranty-Supplies: Items offered are warranted for a period of _____________ against defects in workmanship and materials. Warranty begins upon ________________. NOTE: Offeror, if other than manufacturer, hereby certifies by submission of a quote that all terms and conditions of the manufacturer?s warranty are transferable to the Government. Specifications are provided for item(s) solicited. Quotes must provide technical literature/documentation for item(s) offered for technical evaluation. No further request will be made for this information and failure to submit may result in your offer being eliminated from award consideration. Award will be made relative to best overall value. Best value may include, but is not limited to: past performance, technical capability, quality, trade-in considerations, probable life, warranty, maintainability and price. Quotes must meet minimum specifications but, quotes which exceed minimums may be rated more favorably. The Government will not, however, pay an unreasonable amount for additional technical capability and will compare any additional capability to any additional price. Since the Government is interested in obtaining the best overall value, award may not go to the lowest overall price if any other factors considered justify a higher price. Not withstanding that technical capability is more important than price, should all quotes appear equal, price will become the determining factor in the award decision. Offerors: Respond to entire request; it contains important information used to evaluate quotes. Failure to include all required documentation/information may render your quote nonresponsive. Quotes, Fill-ins, Agreements, Published Price lists, technical literature, etc, may be sent to Lucille ?LuAnn? Gadberry, PH: 505-846-8391, FAX: 505-846-4262 and EMAIL: lucille.gadberry@kirtland.af.mil. Please reference the RFQ Number on all documents. Are Items on GSA Schedule? ______Yes/_____No. GSA contract No: _______________/Expiration Date:_____________. Offeror is the GSA Contract Vendor: ______ Offeror is an authorized user of GSA Contract for __________________ (GSA Vendor Name). Please provide a copy of the GSA Contract or Applicable Excerpts. Minimum order amount (If Any): $_____________. This quote is good for _______ days. ____ FOB Destination ____ FOB Origin. Estimated shipping/handling charges are $_________. Shipping Origin is ______________________. Please submit a copy of your published price list to support prices quoted. DUNS NUMBER: ______________ CAGE CODE: ____________ TIN: _________ Proposed Delivery is ________________ After receipt of order. Prompt Payment Discount Terms ________________. Vendor E-Mail Address: _______________________ Vendor Point of Contact: ____________________ All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire the status of your payment. All quotes are due no later than 15 Mar 2007 (Mountain Standard Time) 1:00 P M. Quotes may be mailed to 377 CONS/LGCB, ATTN: Lucille ?LuAnn? Gadberry, 2000 Wyoming Blvd SE, Bldg. 20604, Room B-18, Kirtland AFB NM 87117-5606, emailed to lucille.gadberry@Kirtland.af.mil, or faxed to (505) 846-4262 ATTN: Lucille ?LuAnn? Gadberry ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
 
Place of Performance
Address: 377 CONS/LGCA, Attn: LuAnn Gadberry, 2000 Wyoming Blvd SE, Bldg 20604, Rm B-18, Kirtland AFB, NM
Zip Code: 87117-5606
Country: UNITED STATES
 
Record
SN01246593-W 20070310/070308220642 (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.