Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2007 FBO #2055
SOLICITATION NOTICE

66 -- TARGETS for EWG at Edwards AFB, Differential Blackbody, Illuminator and Target, Target Wheel, and 4 Bar Targets

Notice Date
7/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
333314 — Optical Instrument and Lens 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
00000
 
Solicitation Number
Reference-Number-F1S0AX7143B001
 
Response Due
7/25/2007
 
Archive Date
12/6/2007
 
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. The solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17 and DFARs Change Notice (DCN) 20070531. This acquisition is a small business set-aside. This is a Brand Name or equal acquisition for the item listed below ? please submit sufficient literature detailing product specifications. NAICS is 333314 with a small business size standard of 500 employees. Solicitation is for commercial purchase of Targets Testing Equipment or equal as listed below. Description: The Air Force Flight Test Center (AFFTC), Edwards AFB, CA has a requirement for - 4" Differential Blackbody (-25C to +75C delta T) with option S, RS-232 Interface, Illuminator and Target; 16 Position, 3" Aperture Target Wheel, No Targets; Precision Thermometer with IEEE Interface; 15 each 4 Bar Targets. Equipment is used for Optical Testing within the Electronic Warfare Group. The following are the specifications: Line Item 1) 4" Differential Blackbody (-25C to +75C delta T) with option S, RS-232 Interface, Illuminator and Target Line Item 2) 16 Position, 3" Aperture Target Wheel, No Targets Line Item 3) Precision Thermometer with IEEE Interface Line Item 4) 4 Bar Target with Bar Width of 0.2480 or 0.5 cy/mRad at 248 Focal Length Line Item 5) 4 Bar Target with Bar Width of .1240 or 1 cy/mRad at 248 Focal Length Line Item 6) 4 Bar Target with Bar Width of 0.0620 or 2 cy/mRad at 248 Focal Length Line Item 7) 4 Bar Target with Bar Width of .0413 or 3 cy/mRad at 248 Focal Length Line Item 8) 4 Bar Target with Bar Width of .0310 or 4 cy/mRad at 248 Focal Length Line Item 9) 4 Bar Target with Bar Width of .0248 or 5 cy/mRad at 248 Focal Length Line Item 10) 4 Bar Target with Bar Width of .0124 or 10 cy/mRad at 248 Focal Length Line Item 11) 4 Bar Target with Bar Width of .0103 or 12 cy/mRad at 248 Focal Length Line Item 12) 4 Bar Target with Bar Width of .0083 or 15 cy/mRad at 248 Focal Length Line Item 13) 4 Bar Target with Bar Width of .0062 or 20 cy/mRad at 248 Focal Length Line Item 14) 4 Bar Target with Bar Width of .0050 or 25 cy/mRad at 248 Focal Length Line Item 15) 4 Bar Target with Bar Width of .0041 or 30 cy/mRad at 248 Focal Length Line Item 16) 4 Bar Target with Bar Width of .0035 or 35 cy/mRad at 248 Focal Length Line Item 17) 4 Bar Target with Bar Width of .0031 or 40 cy/mRad at 248 Focal Length Line Item 18) 4 Bar Target with Bar Width of .0025 or 50 cy/mRad at 248 Focal Length Line Item 19) Shipping The 4" blackbody sits behind the 3" target aperture (mounted in the big target wheel) and "illuminates" it with infrared radiation of a precise differential temperature relative to room temperature. The target wheel and hence targets sit at room temperature. When an imaging sensor views the target (which has a cutout pattern on it) from the front, the sensor sees the cutout areas at the temperature of the blackbody (above or below room temp) surrounded by room temperature structure. By measuring the sensor's response in frequency and amplitude to the various sizes, patterns, and orientations of targets (there are 16 of them on the big wheel we're buying) over a specific range of differential temperatures, an accurate, quantitative, repeatable characterization of sensor performance can be made. Manufacturer: Santa Barbara Infrared (SBIR) Delivery of items upon ARO is up to 150 days. Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524. The following provisions and clauses apply: Offerors must include a completed copy of the provision at 52.212-3 Use of On Line Representations and Certifications Application (ORCA). Further Information on ORCA may be obtained from the ORCA Help Menu, <http://orca.bpn.gov/help.aspx>. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. If the offeror does not have a copy of these provisions go to http://farsite.hill.af.mil and look up far clauses; copy and complete all applicable provisions answering all questions. If you do not have access to the Internet please contact the contract specialist to request a copy. Any responses without all provisions will be considered non-compliant. Additionally all bidders must have a current registration with the Central Contractors Registration database @ http://www.ccr.gov to be eligible for contract award The following provisions and clauses apply: 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price Provision at 52.212-3 Offeror Representations and Certifications -- Commercial Items Provision at 52.212-3 Alternate I 52.222-22 Previous Contracts and Compliance Reports Provision at 52.225-4 Buy American Act ?North American Free Trade Agreement Provision at 52.225-4 Alternate II Clauses: 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.211-6 Brand Name or Equal (Aug 1999) is included by reference 52.212-4 Contract Terms and Conditions ? Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 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 Alternate 1 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 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-03 Buy American Act ? North American Free Trade Agreement 52.225-03 Alternate I 52.225-03 Alternate II 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award. 252.211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.232-9101 Ombudsman Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524 by COB (1630 PST) on 25 Jul 07. Any questions concerning this synopsis should be submitted to the Contract Specialist, Terence Vickers, by email at, terence.vickers@us.af.mil or by fax at (661) 277-0470. Faxed/email transmissions of quotes are preferred.
 
Place of Performance
Address: EDWARDS AIR FORCE BASE, CA
Zip Code: 93524
Country: UNITED STATES
 
Record
SN01339331-W 20070713/070711223919 (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.