Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2007 FBO #2063
MODIFICATION

58 -- Comtech EF Data SLM5650 Digital Satellite Modem for the Electronic Warfare Group.

Notice Date
7/19/2007
 
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
00000
 
Solicitation Number
F1S0AX7151B002
 
Response Due
7/31/2007
 
Archive Date
12/6/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment to this synopsis is to add the quantities per the 5 line items below. Line Item 1 is 1 each; Line Item 2 is 1 each; Line Item 3 is 2 each; Line Item 4 is 2 each; and Line Item 5 is 1 each. All other info is the same. 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 334220 with a small business size standard of 750 employees. Solicitation is for commercial purchase of Satellite Modem and other equipment listed below or equal. Description: The Air Force Flight Test Center (AFFTC), Edwards AFB, CA has a requirement for a Comtech Data Digital Satellite Modem, Transmitter, and Receiver to support the Electronic Warfare Group fiber optic link. Manufacturer is COMTECH EFDATA. The following are the specifications: Line Item 1) Foxcom Sat-Light Outdoor Enclosure Unit Line Item 2) Fiber Optic Distribution Cable, Indoor/Outdoor, Watertight Jacket, UV Protected, Riser rated, Single-mode, FC/APC Terminations on both ends, w/pull-eye Line Item 3) 7870T IF Links Long Distance (40 Km) - 16 dB Optical Budget (optional CWDM) Transmitter; Connector Type Options: 50 Ohm BNC Connector Transmitter Module Options: High Dynamic Range IF Transmitter w/Fixed Gain (10 - 200MHz); 16dB Optical Budget (7870T) Line Item 4) 7870R IF Links Long Distance (40 Km) - 16dB Optical Budget (optional CWDM) Receiver; Connector Type Options: 50 Ohm BNC connector Receiver Module Options: High Dynamic Range IF Receiver (10 - 200 MHz) w/Manual Gain Control (7870R) Line Item 5) Comtech EF Data SLM5650 Digital Satellite Modem; Data Interface: Standard - EIA-530/422 7 HSSI; Expansion Card "A": None; Expansion Card "A" Data Rate Range: 64 kbps - 52 Mbps; Modem Data Rate Range: 64 kbps - 52 Mbps; Modulation Type: BPSK / QPSK / OQPSK (Standard); Primary Input Power Cord: Standard (USA) - AC Power Cord; Rack Slide: Rack Slide - 26 inch Functionality of Requirement: The System Design requires a second Satellite Modem (SLM5650) be added to the system. One Modem would be inside the chamber, one outside the chamber at Threat Site (TS) III. This will allow the penetration through the chamber to be done at the digital level (High Speed Serial Interface) HSSI to HSSI versus RF(radio Frequency) level, and that will comply with security requirements. The Satellite Modem must meet security requirements and interface with a modem EWG currently has. Delivery of items upon ARO is 4 weeks. 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 52.225-3 Buy American Act -- North American Free Trade Agreement Provision at 52.225-3 Alternate I Provision at 52.225-4 Buy American Act ?North American Free Trade Agreement Provision at 52.225-4 Alternate I 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 1 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 Any interested parties believing they can meet all the requirements listed above, may submit a proposal. All information furnished shall be in writing and must contain sufficient detail to allow the government technical representative to evaluate and determine if it can meet the requirement. Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524 or via e-mail to: terence.vickers@us.af.mil. Any information provided is strictly voluntary. The government will not pay for information submitted in response to this Combined Synopsis. To be considered, please provide the information above no later than close of business (4:30pm PCT) on 31 Jul 2007. Any questions concerning this synopsis should be submitted to the Contract Specialist, Terence Vickers, by email or by fax at (661) 277-0470. Faxed/email transmissions of quotes are preferred.
 
Place of Performance
Address: EDWARDS AFB, CA
Zip Code: 93524
Country: UNITED STATES
 
Record
SN01346810-W 20070721/070720001409 (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.