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

D -- Microwave Links 3 each to upgrade of video installations

Notice Date
7/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications 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
W81R8T71780005
 
Response Due
8/13/2007
 
Archive Date
10/12/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplemented wi th additional information included in this notice. This announcement constitutes the only solicitation. Request for Proposals (RFP) are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-17 effective 14 June 2007 and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 edition, current to DCN 20070531. It is anticipated that payment will be made by Gove rnment Visa Credit Card. The North American Industry Classification System (NAICS) is 334220 with a size standard of 750 employees. This requirement is 100% set aside for small business. All prospective bidders must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. This requirement is for three (3) each Mircrowave Link Systems. Specifications on each are to include: The Microwave Link shall be C-Band 4 to 4.5 GHz, Multi-Channel Selection in 1 MHz Tuning Steps. Shall have a high/low range 3 watts nominal (high) and 0.3 Watts nominal (low) transmit power for video and audio transmission. Shall have a minimum Video Input Response of 10 Hz to 4.5 MHz. Shall have a minimum of one NTSC output at 1 peak to peak. Shall have a minimum Frequency Stability +/- 0.002%. Shall have 600 & Balanced Audio Input, Microphone or Line Level. Shall use rugged packaging for the testing environment, including rainfall and du st. Shall use nominal -24 inch dishes with 27 dBi gain. Will have Sensitivity -78 dBm: 35 dB SNR unweighted. Power Requirements: 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. Shall initial ize within two minutes of application of power. Physical and Environmental: The minimum operating temperature range shall be -10 degrees to +65 degrees Celsius. Humidity: 5-85% (percent) non-condensing. The transmitter and receiver units shall be less than 7 inches wide by 7 inches height by 7 inches in length. Shall weigh less than 2 pounds for transmitter or receiver. Accessories to include all adapters and cables necessary for power and communications interface and shall include operator manual. All proposals shall be clearly marked with PR # W81R8T71780005 and emailed to contact listed below via email or sent by facsimile to 928-328-6849 no later than 8:00 AM MST, Aug 13th, 2007. The Government intends to award a contract to the responsible offe ror whose offer conforming to the proposal will be the most advantageous to the Government based on delivery and price. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructio ns to Offerors Commercial Items (Oct 2000). NOTE: in order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm, locate the reference clause , copy and paste it to a Word document. This contract may include the following clauses: FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) and specifically addendum 52 .247-34 FOB Destination (Nov 1991), FAR 52.212-5 Contract Terms a nd Conditions required to Implement Statues or Executive Order Commercial Items (Mar 2007) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labo r Cooperation with Authorities and Remedies (Jan 2006), 52.222-21 Prohibition of Segregated Facilities (Fe b 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.2 22-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.232-36 Payment by Third Party (May 1999). DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions o f Commercial Items (Jun 2005) applies to this Acquisition, and specifically 252.225-7001 Buy American Act Trade Agreements Balance of Payments Program (Jun 2005). 252.247-7023 Transportation of Supplies by Sea (May 2002) with Alternate III (May 2002). I f you plan on participating in this acquisition, you are required to provide your name, address, phone number, and email address to point of contact below or by facsimile (928) 328-6849. Any technical questions need to be sent to the POC below by July 31s t.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Building 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN01339502-W 20070713/070711224240 (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.