Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2007 FBO #2099
SOLICITATION NOTICE

59 -- STANDARD GAIN ANTENNAs for EDWARDS AFB, CA

Notice Date
8/24/2007
 
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, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F1S0AX7207B004
 
Response Due
8/31/2007
 
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), for Brand Name or Equal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18 and DFARs Change Notice (DCN) 20070802. This acquisition is a small business set-aside. This is a Brand Name acquisition. Offerers must submit sufficient literature detailing product specifications and will be evaluated by the Government technical team to determine equivalency to the specified products. NAICS is 334220 with a small business size standard of 500 employees. Solicitation is for commercial purchase of Gain Antenna Dead Weight Force Calibrator as listed below. Description: The Air Force Flight Test Center, Electronic Warfare Division, Edwards Air Force Base requires: STANDARD GAIN ANTENNAs in the following Line Items required: 1. Standard Gain Antenna: 0.5 ? 0.7 GHz, Type N Connector, Part Number: FR6506 (Qty ? 1 ea) 2. Standard Gain Antenna: 0.7 ? 1.2 GHz, Type N Connector, Part Number: FR6507 (Qty ? 1 ea) 3. Standard Gain Antenna: 1.1 ? 1.7 GHz, Type N Connector, Part Number: FR6508 (Qty ? 1 ea) 4. Standard Gain Antenna: 1.7 ? 2.6 GHz, Type N Connector, Part Number 6509 (Qty ? 1 ea) 5. Standard Gain Antenna: 2.5 ? 4.2 GHz, Type N Connector, Part Number FR6510 (Qty ? 1 ea) 6. Standard Gain Antenna: 3.75 ? 6.0 GHz, Type N Connector, Part Number FR6512 (Qty ? 1 ea) 7. Standard Gain Antenna: 5.7 ? 8.3 GHz, Type N Connector, Part Number FR6513 (Qty ? 1 ea) 8. Standard Gain Antenna: 7.8 ? 12.6 GHz, Type N Connector, Part Number FR6514 (Qty ? 1 ea) 9. Standard Gain Antenna: 12.0 ? 18.0 GHz, Type N Connector, Part Number FR6516 (Qty ? 1 ea) 10. Mounting, Per Standard Gain Antenna, Part Number: SGA Mounting (Qty ? 9 ea) 11. Shipping Specification/Salient Characteristics as follows: The standard gain antenna set provides NIST/NRL traceable calibration references for RF chamber measurements in Electronic Warfare Testing. Standard Gain Antennas (Horns) are used for measurement of antenna gain by a comparison method such as Procedure 12.2.1 o f IEEE Std. 149-1979. The Antennas may also be used as source antennas in anechoic test chambers and for many other purposes such as fixed site antennas. ORBIT/FR offers a wide range of standard gain horns in convenient sizes and with integral mounting brackets (models up to 18 GHz only). Antennas (Horns) are fabricated in aluminum and have a paint/iridite finish; models above18 GHz are electro-formed. Horn dimensions and calibration data are taken according to NRL Report No. 4433 for models up to 18 GHz. Optional calibration of models covering frequency bands above 18 GHz are traceable to NIST. Manufacturer: ORBIT/FR Delivery of item upon ARO is 14 weeks or less. Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524. The following provisions and clauses apply: Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS (NOV 1995). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. 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 Provision at 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate Provision at 52.225-4 Alternate I Provision at 52.222-22 Previous Contracts and Compliance Reports 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. 52.212-4 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 52.225-3 Buy American Act -- North American Free Trade Agreement 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 31 August 2007. 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 AFB, CA
Zip Code: 93524
Country: UNITED STATES
 
Record
SN01384270-W 20070826/070824221305 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.