Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2008 FBO #2306
SOLICITATION NOTICE

59 -- SATCOM Amplifiers and Bias-T

Notice Date
3/18/2008
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
1300000860
 
Response Due
3/28/2008
 
Archive Date
4/12/2008
 
Point of Contact
Cindy Wilson, Contract Specialist, Phone (301)995-8672, Fax (301)995-8670, - Margaret Coberly, Contract Specialist, Phone (301) 995-8982, Fax (301) 995-8670
 
E-Mail Address
cindy.wilson@navy.mil, margaret.coberly@navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. Simplified procedures as described in FAR 13.5 will be used for acquisition of these commercial items. This announcement constitutes the only solicitation. The reference document number for this is 1300000860. The incorporated document, provisions and clauses are those in effect through Federal Acquisition Circular 2005-24 and Defense Acquisition Circular 20080303. The applicable NAICS code is 334220. This equipment will be procured on a brand name or equal basis. The SATCOM AMP system must meet the following characteristics in a single unit: DAMA certified UHF SATCOM transmit power amplifier and receiver preamplifier; must be six inches high by eight inches wide by fourteen inches deep; must not exceed a weight of fifteen pounds; must meet Environmental Requirement MIL-STD-810E, Method 501.3, Procedure II, Method 502.3, Procedure II, Method 507.3, Procedure I, Method 512.3, Section I, Procedure I, Category 3 for vibration, and Method 516.4, Procedure IV; minimum transmit output power of 100 watts throughout the UHF SATCOM uplink frequency band; adjustable power output in at least three increments, from 20 to 25 watts at the low end, up to full power; output power control shall be provided externally, and not require use of tools; designed to minimize co-site interference; transmit filtering that reduces out of band RF signals by at least 70db; the amplifier packaging shall be appropriate to protect the electronics in a tactical environment; it must be rugged and weatherproof; packaged to permit installation and operation near a uni-directional or omni-directional SATCOM antenna in a variety of vehicular, shelter, transit case, and ground applications, where it may be partially covered in standing water; certified for use with AN/PSC-5 Motorola LST-5D and AN/PRC-117 transceivers; and interchangeable with the current SATCOM AMP to minimize refurbishment and logistical costs. These characteristics are required to meet form, fit, and function of the currently fielded systems. Any deviation from the current infrastructure could jeopardize current operations. The purchase of any other SATCOM amplifiers would result in a significant duplication of costs to the government to modify the current design, recreate baseline drawings, testing and validation costs, operator and maintenance training costs, in addition to the logistical costs of managing two different systems. The contract line item numbers and descriptions are: **CLIN 0001 - Bias T (Talla-Com P/N 15370, or equal) (12 ea); CLIN 0002 - SATCOM Amplifier (Talla-Com P/N 15300, Tactical Support Equipment P/N TSE-AM-SAT-100D, or equal) (12ea); CLIN 0003 - Shipping (if any). Award is anticipated to be on or about 2 April 2008. The items will be shipped to Receiving Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD 20684-0010. FAR 52.212-1 INSTRUCTIONS TO OFFERORS -COMMERCIAL ITEMS (Nov 2007) is incorporated by reference and applies to this acquisition. Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (Nov 2007) with its proposal. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (Feb 2007) is incorporated by reference and applies to this acquisition. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (Feb 2008) applies to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (Aug 1996)(31 U.S.C 3553); (2) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402); (2) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)); (3) 52.222-3, Convict Labor (June 2003)(E.O. 11755); (4) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126); (5) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (6) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); (7) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212); (8) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); (9) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212); (10) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004)(E.O. 13201; (11) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006)(E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury); (12) 52.232-30, Installment Payments for Commercial Items (Oct 1995), 41 U.S.C. 255(f), 10 U.S.C. 2307(f)); (13) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332); (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records - Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract. (2) The contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212); (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793); (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004)(E.O.13201); (vi) 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.); (vii) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations (End of Clause). Offeror shall include a completed copy of the provision at DFAR 252.212.7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS -COMMERCIAL ITEMS (JUN 2005) with its quote. DFAR 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITONS OF COMMERCIAL ITEMS (Mar 2008) is incorporated by reference. (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. (1) 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) 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005)(41 U.S.C. 10a-10d, E.O. 10582); (3) 252.225-7012 Preference for Certain Domestic Commodities (Mar 2008) (10 U.S.C.2533a); (4) 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004)(Section 8021 of Pub.L.107-248 and similar sections in subsequent DoD appropriations acts); (5) 252.247-7023 Transportation of Supplies by Sea (May 2002) (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: 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (Jun 2005)(10 U.S.C. 2533a); 252.247-7023 Transportation of Supplies by Sea (May 2002)(10 U.S.C. 2631); 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000)(10 U.S.C. 2631). The clause at DFAR 252.204.7004 Alternate A (Sep 2007) applies to this solicitation. Responsible interested parties may submit information to this office, which identifies their interest and capability to respond to this requirement. The Government will consider all information received by 28 March 2007, 1200 EST. The Government will not pay for any information received. For information contact Cindy Wilson, Code 251222, at (301) 995-8672, Fax (301) 995-8670 or e-mail to cindy.wilson@navy.mil . **END**
 
Place of Performance
Address: 8115 Villa Road, St. Inigoes, MD
Zip Code: 20684-0010
Country: UNITED STATES
 
Record
SN01535476-W 20080320/080318224840 (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.