Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2007 FBO #2131
SOLICITATION NOTICE

58 -- ACE Monitoring Enhancement

Notice Date
9/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, CO, 80912-2116, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F3RTCL7264A001
 
Response Due
9/28/2007
 
Archive Date
10/11/2007
 
Point of Contact
Rachel Williams, Contract Specialist, Phone 719-567-7772, Fax 719-567-3438, - Gregory Passig, contract specialist, Phone 719-567-7008, Fax 719-567-4538
 
E-Mail Address
rachel.williams@schriever.af.mil, gregory.passig@schriever.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. The solicitation number is F3RTCL7264A001 and is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The NAICS code is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing with a size standard of 750 employees. A firm fixed price contract will be established for this requirement. THE FOLLOWING COMMERCIAL ITEMS ARE REQUESTED IN THIS SOLICITATION: Professional IRD ? Manufacturer: Tiernan; Model # TDR 4022 SD 4:2:0/4:2:2; Description: TDR4022 base unit including standard definition 4:2:0 or 4:2:2 video decoding, analog and digital video outputs, 2 pairs of audio decoding with analog, digital or embedded outputs, and ASI and integrated QPSK satellite receiver with a 4 port L-band input switch. Includes PGCA and BISS decryption. TDR4022-analog audio cable kit, TDR4022-DVBS2-Provided for reception of either DVB-S or DVBS2 carriers. Modulation types QPSK, 8PSK 2-45 Msps in DVB-S and 10-30Msps in DVB-S2. QUANTITY: 2 ASI Option ? Manufacturer: Tiernan; Description: Asynchronous serial interface option of DMD20. Also includes parallel data interface on a 25 pin connector. Can not be co-installed with G.703, Ethernet or HSSI data interface. QUANTITY: 3 DELIVERY FOB DESTINATION 620 Aviation Way Colorado Springs, CO 80916 DELIVERY DATE 30 days ADC PROVISIONS & CLAUSES The following provisions & clauses are applicable to this acquisition: FAR 52.203-3 Gratuities FAR 52.203-6(Alt 1) Restrictions on Subcontractor Sales to the Government FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper FAR 52.204-7 Central Contractor Registration FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2004) applies to this acquisition. FAR 52.212-2 Evaluation Commercial Items (Jan 1999) applies to this acquisition. The Government will award a contract based on: Technically acceptable, lowest price. Technically acceptable will be determined by the ability to provide the equipment/system with the salient characteristics indicated in the itemized listing above FAR 52.212-3 Offeror Representations and Certifications?Commercial Items (November 2006) The offeror must have completed Online Representations and Certifications Application (ORCA). The website address is https://orca.bpn.gov FAR 52.212-3 (Alt 1) (Apr 2002) Offeror Representations and Certifications?Commercial Items (November 2006) FAR 52.212-4 Contract Terms and Conditions?Commercial Items (Oct 2003) applies to this acquisition. FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (June 2004). Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are [(7), (9), (14), (15), (16), (17), (18), (19), (20), (21), (26)] (31) and [c (1)(2)] FAR 52.219-28 Post-Award Small Business Program Representation(JUNE 2007) FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporate by Reference DFARS 252.204-7004 (Alternate A) Required Central Contractor Registration DFARS 252.211-7003 (June 2005) Item Identification and Valuation (a) Definitions. As used in this clause? ?Automatic identification device? means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media. ?Concatenated unique item identifier? means? (1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or (2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identifier data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number; and serial number within the original part, lot, or batch number. ?Data qualifier? means a specified character (or string of characters) that immediately precedes a data field that defines the general category or intended use of the data that follows. ?DoD recognized unique identification equivalent? means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at http://www.acq.osd.mil/dpap/UID/equivalents.html. ?DoD unique item identification? means a system of marking items delivered to DoD with unique item identifiers that have machine-readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier and a unique serial number. For items that are serialized within the part, lot, or batch number within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier; the original part, lot, or batch number; and the serial number. ?Enterprise? means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to items. ?Enterprise identifier? means a code that is uniquely assigned to an enterprise by an issuing agency. ?Government?s unit acquisition cost? means? (1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery; (2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractor?s estimated fully burdened unit cost to the Government at the time of delivery; and (3) For items produced under a time-and-materials contract, the Contractor?s estimated fully burdened unit cost to the Government at the time of delivery. ?Issuing agency? means an organization responsible for assigning a non-repeatable identifier to an enterprise (i.e., Dun & Bradstreet?s Data Universal Numbering System (DUNS) Number, Uniform Code Council (UCC) /EAN International (EAN) Company Prefix, or Defense Logistics Information System (DLIS) Commercial and Government Entity (CAGE) Code). ?Issuing agency code? means a code that designates the registration (or controlling) authority for the enterprise identifier. ?Item? means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. ?Lot or batch number? means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch, all of which were manufactured under identical conditions. ?Machine-readable? means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards. ?Original part number? means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, fit, function, and interface. ?Parent item? means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier or DoD recognized unique identification equivalent. ?Serial number within the enterprise identifier? means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise. ?Serial number within the part, lot, or batch number? means a combination of numbers or letters assigned by the enterprise to an item that provides for the differentiation of that item from any other like item within a part, lot, or batch number assignment. ?Serialization within the enterprise identifier? means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization within the enterprise identifier. ?Serialization within the part, lot, or batch number? means each item of a particular part, lot, or batch number is assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within the part, lot, or batch number within the enterprise identifier. ?Unique item identifier? means a set of data elements marked on items that is globally unique and unambiguous. ?Unique item identifier type? means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/UID/uid_types.html. (b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item. (c) DoD unique item identification or DoD recognized unique identification equivalents. (1) The Contractor shall provide DoD unique item identification, or a DoD recognized unique identification equivalent, for? (i) All delivered items for which the Government?s unit acquisition cost is $5,000 or more; and (ii) The following items for which the Government?s unit acquisition cost is less than $5,000: NONE (iii) Subassemblies, components, and parts embedded within delivered items as specified in Attachment Number: NONE (2) The concatenated unique item identifier and the component data elements of the DoD unique item identification or DoD recognized unique identification equivalent shall not change over the life of the item. (3) Data syntax and semantics of DoD unique item identification and DoD recognized unique identification equivalents. The Contractor shall ensure that? (i) The encoded data elements (except issuing agency code) of the unique item identifier are marked on the item using one of the following three types of data qualifiers, as determined by the Contractor: (A) Data Identifiers (DIs) (Format 06) in accordance with ISO/IEC International Standard 15418, Information Technology ? EAN/UCC Application Identifiers and ANSI MH 10 Data Identifiers and ANSI MH 10 Data Identifiers and Maintenance. (B) Application Identifiers (AIs) (Format 05), in accordance with ISO/IEC International Standard 15418, Information Technology ? EAN/UCC Application Identifiers and ANSI MH 10 Data Identifiers and ANSI MH 10 Data Identifiers and Maintenance. (C) Text Element Identifiers (TEIs), in accordance with the DoD collaborative solution ?DD? format for use until the solution is approved by ISO/IEC JTC1 SC 31. The ?DD? format is described in Appendix D of the DoD Guide to Uniquely Identifying Items, available at http://www.acq.osd.mil/dpap/UID/guides.htm; and (ii) The encoded data elements of the unique item identifier conform to ISO/IEC International Standard 15434, Information Technology ? Syntax for High Capacity Automatic Data Capture Media. (4) DoD unique item identification and DoD recognized unique identification equivalents. (i) The Contractor shall? (A) Determine whether to serialize within the enterprise identifier or serialize within the part, lot, or batch number; and (B) Place the data elements of the unique item identifier (enterprise identifier; serial number; and for serialization within the part, lot, or batch number only; original part, lot, or batch number) on items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in the version of MIL-STD-130, Identification Marking of U.S. Military Property, cited in the contract Schedule. (ii) The issuing agency code? (A) Shall not be placed on the item; and (B) Shall be derived from the data qualifier for the enterprise identifier. (d) For each item that requires unique item identification under paragraph (c)(1)(i) or (ii) of this clause, in addition to the information provided as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the Contractor shall report at the time of delivery, either as part of, or associated with, the Material Inspection and Receiving Report, the following information: (1) Concatenated unique item identifier; or DoD recognized unique identification equivalent. (2) Unique item identifier type. (3) Issuing agency code (if concatenated unique item identifier is used). (4) Enterprise identifier (if concatenated unique item identifier is used). (5) Original part number. (6) Lot or batch number. (7) Current part number (if not the same as the original part number). (8) Current part number effective date. (9) Serial number. (10) Government?s unit acquisition cost. (e) For embedded DoD serially managed subassemblies, components, and parts that require unique item identification under paragraph (c)(1)(iii) of this clause, the Contractor shall report at the time of delivery, either as part of, or associated with the Material Inspection and Receiving Report specified elsewhere in this contract, the following information: (1) Concatenated unique item identifier or DoD recognized unique identification equivalent of the parent item delivered under a contract line, subline, or exhibit line item that contains the embedded subassembly, component, or part. (2) Concatenated unique item identifier or DoD recognized unique identification equivalent of the embedded subassembly, component, or part. (3) Unique item identifier type.** (4) Issuing agency code (if concatenated unique item identifier is used).** (5) Enterprise identifier (if concatenated unique item identifier is used).** (6) Original part number.** (7) Lot or batch number.** (8) Current part number (if not the same as the original part number.** (9) Current part number effective date.** (10) Serial number.** (11) Unit of measure. (12) Description. ** Once per item. (f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause in accordance with the data submission procedures at http://www.acq.osd.mil/dpap/UID/DataSubmission.htm. (g) Subcontracts. If paragraph (c)(1) of this clause applies, the Contractor shall include this clause, including this paragraph (g), in all subcontracts issued under this contract. (End of clause) DFARS 252.212-7000 Offeror Representations and Certifications?Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR 2007) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. __X__ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) ____ 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). (2) ___ 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (APR 2007) (15 U.S.C. 637). (3) ____ 252.219-7004, Small Business Subcontracting Plan (Test Program) (APR 2007) (15 U.S.C. 637 note). (4) __X__ 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582). (5) __X__ 252.225-7012, Preference for Certain Domestic Commodities (JAN 2007) (10 U.S.C. 2533a). (6) ____ 252.225-7014, Preference for Domestic Specialty Metals (JUN 2005) (10 U.S.C. 2533a). (7) ____ 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools (JUN 2005) (10 U.S.C. 2533a). (8) ____ 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (MAR 2006) (Section 8065 of Public Law 107-117 and the same restriction in subsequent DoD appropriations acts). (9) ____ 252.225-7021, Trade Agreements (MAR 2007) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). (10) ____ 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U.S.C. 2779). (11) ____ 252.225-7028, Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755). (12)(i) ____ 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (MAR 2007) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). (ii) ___ Alternate I (OCT 2006) of 252.225-7036. (13) ____ 252.225-7038, Restriction on Acquisition of Air Circuit Breakers (JUN 2005) (10 U.S.C. 2534(a)(3)). (14) ____ 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Public Law 107-248 and similar sections in subsequent DoD appropriations acts). (15) ____ 252.227-7015, Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320). (16) ____ 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321). (17) __X__ 252.232-7003, Electronic Submission of Payment Requests (MAR 2007) (10 U.S.C. 2227). (18) ____ 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (19) __X__ 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). (20)(i) __X__ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (ii) ____ Alternate I (MAR 2000) of 252.247-7023. (iii) ____ Alternate II (MAR 2000) of 252.247-7023. (iv) ____ Alternate III (MAY 2002) of 252.247-7023. (21) ____ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). (2) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (3) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (4) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) DFARS 252.222-22 Previous Contracts and Compliance Reports DFARS 252.225-7001 Buy American Act and Balance of Payment Program DFARS 252.225-7012 Preference of Certain Domestic Commodities DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.243-7002 Requests for Equitable Adjustment DFARS 252.247-7023 (Alt III) Transportation of Supplies by Sea AFFARS 5352.201-9101 Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Dianne S. Holmes, HQ AFSPC/A7K, (719) 692-5324 phone, email Dianne.holmes@afspc.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Quotes are required to be submitted no later than 12pm Mountain Standard Time, Friday, Sep 28, 2007 and must include the following: Company name, address, phone numbers, DUNS number, CAGE code, itemized quote, and statement that ORCA has been completed. Quotes shall be delivered via email to rachel.williams@schriever.af.mil or faxed to 719.567.3438. Please direct any questions regarding this solicitation to Rachel Williams at rachel.williams@schriever.af.mil or Gregory Passig at gregory.passig@schriever.af.mil.
 
Place of Performance
Address: SCHRIEVER AFB, CO
Zip Code: 80912
Country: UNITED STATES
 
Record
SN01420213-W 20070927/070925224805 (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.