Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOLICITATION NOTICE

59 -- Electrical and Electronic Equipment Components

Notice Date
7/12/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017807R3052
 
Response Due
7/20/2007
 
Archive Date
9/1/2007
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) webpage located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) website located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and 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 number is N00178-07-R-3052 and is issued as a Request for Proposal (RFP), unless otherwise indicated herein. The s olicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-17 and DFARS Change Notice 20060908. The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 with a small business size standard of 500 employees. This requirement is unrestricted. The Naval Surface Warfare Center, Dahlgren Division intends to procure under CLIN 0001, one hundred (100) units of DUAL-CHANNEL BAND-REJECT YIG FILTERS with the following minimum specifications: Frequency: 6 to 18 GHz. 40 dB; Bandwidth: 15 to 35 MHz. 3 dB; Bandwidth: 35 to 80 MHz; Insertion Loss: 0 to 2 dB; Channel Isolation: 50 to 100 dB; Tracking Error: 0 to 5 MHz; Limiting level: +13 to +50 dBm; Damage Level: +28 to +50 dBm; Passband VSWR: 1:1 to 2:1; Linearity: -5 to +5 MHz; Spurious: 0 to 5 dB; Operating Temperature: -28 C to +50 C; Non-Operating Temperature: -54 C to +75 C; Temperature Drift: -15 to +15 MHz; Size: 1 " to 1.5" cube (not including inputs/outputs); RF Connectors: SMA fema le type, both inputs on same side, both outputs on opposite side; and Driver Type: None. The contract is estimated to be awarded by 15 August 2007. This procurement will be issued on a firm fixed price basis. FOB destination, Dahlgren, VA shall apply. The closing date to submit a proposal is 2:00 PM EST 20 July 2007. Delivery is required no later than 3 weeks after the receipt of the contract. Firms must be registered in Central Contractor Registry (CCR) to be able to receive this contract. PROVISIONS/CLAUSES. The combined synopsis/solicitation incorporates, by reference, Federal Acquisition Regulations (FAR) and Department of Defense Federal Acquisition Regulations (DFAR) provisions and clauses as follows: FAR 52.212-1 Instructions to Offeror ? Commercial Items; FAR 52.212-2 Evaluation ? Commercial Items. Factors used to evaluate offers are: (1) technical capability to meet the Government requirement and (2) price. Award will be made to the responsible offeror with the low est price, technically acceptable offer; FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items; FAR 52.212-1 Instructions to Offerors ? Commercial Items. The contract will include a clause prohibiting employment of any active-duty U.S. Government military or civilian personnel without prior written approval of the Contracting Officer as well as 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 (with selection of elements as required by FAR prescription); DFAR 252.212-7000 Offeror Representations and Certifications ? Commercial Items; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial items (with selection of elements as required by DFAR prescription.) The FAR and DFAR provisions and clauses referenced by this synopsis/solicitation can be found in full text at http://www.farsite.hill.af.mil. It is request ed that the offeror submit a proposal in accordance with the format and content specified. Vendors may obtain information on registration in the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. Please note that defense payment offices may not make payment unless the contractor is established to receive electronic funds transfer (EFT). EFT payments are based on the contractor?s EFT information contained in the CCR database. Inquiries shall be directed to XDS13 at (540) 653-4402 or fax (540) 653-6810 or via e-mail at dlgr_nswc_xds13@navy.mil. Proposals may be submitted by mail to XDS13-2, Naval Surface Warfare Center, 17632 Dahlgren Road, Suite 157 Dahlgren VA 22448-5110, or via e-mail in Microsoft Word document to dlgr_nswc_xds13@navy.mil and shall reference Request For Proposal Number N00178-07-R-3052.
 
Record
SN01340983-W 20070714/070712221815 (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.