Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2008 FBO #2363
SOLICITATION NOTICE

58 -- Microwave Receiver

Notice Date
5/14/2008
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-08-R-0029
 
Point of Contact
Robert Gigliotti,, Phone: 315-330-2205
 
E-Mail Address
robert.gigliotti@rl.af.mil
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT 01 This amendment hereby (a) extends the response date and (b) increases the delivery date as follows: (a) Written proposals are due at or before 3 PM (EST) WEDNESDAY MAY 21, 2008. (b) The required delivery date is 120 days after receipt of award. All other terms and conditions remain the same. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments or other information pertaining to this solicitation. Solicitation FA8751-08-R-0029 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20080331. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is unrestricted with regard to business size standard. For reference, the NAICS code is 334220 and small business size standard is 750 employees. The contractor shall provide the following items on a firm fixed price basis: Item 1: Wideband Microwave Receiving System Qty: 2 Condition: New Specifications include but are not limited to: -- 0.5 - 20 GHz Frequency Range -- SEI Certified -- IF Outputs at 1GHz, 160 MHz, and 70 MHz -- 160 MHz post filtered IF output -- Built in spectrum display processor for RF sweep and IF pan -- Eight (8) IF Bandwidths: 250 kHz to 80 MHz -- AM, FM, and Log Detectors -- Controlled from Workstation or Front Panel Controls -- F1-F2 Sweep and Fixed Frequencies -- Ethernet 10/100 BaseT Control -- Integrated Local Control Panel RF Specifications -- Tuning Resolution: 1 kHz -- Image Rejection: >70 dB -- Noise Figure: Less than or equal to 12dB max. -- Phase Noise (approximate): Offset / dBc/Hz 100Hz / -75 1kHz / -85 10 kHz / -90 100 kHz / -100 1MHz / -130 10 MHz / -140 --Integrated Phase Noise: Less than or equal to 0.65 degrees, 100Hz to 100MHz for 80% of the 0.5 to 20 GHz tuning range at 1 GHz, 160 MHz WB, and 70 MHz WB IFs. -- Tuner RF to IF Gain 20 dB less than or equal to plus or minus 1dB Video Outputs -- AM Video (selectable Lin/Log mode) -- Lin Mode: 0 to 1 V, 75 Ohms -- Log Mode: 0 to 1 V, 75 Ohms -- FM Mode: 1 Vp-p, 75 Ohms -- WB Log Video:1 GHz log video output; less than 10ns risetime Audio Outputs -- Rear Panel: 15 kHz bandwidth, 600 Ohms, 1.0 Vrms, 80dB attenuation range. Selectable Modes: FM, AM linear, AM stretched. -- Front Panel: Standard 1/8in. phone jack, manual level control, 1.0 Vrms at 600 Ohms Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice The estimated delivery date is 30 days after receipt of award. The place of delivery, acceptance, and FOB destination point is F4HBL1/Transportation Depot 2, 148 Electronic Parkway, Rome, NY 13441-4516. The provision at 52.212-1, Instructions to Offerors – Commercial Items (Nov 2007), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due at or before 3 PM (EST) FRIDAY MAY 02, 2008. Submit to: AFRL/RIKO, Attn: Robert Gigliotti, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to robert.gigliotti@rl.af.mil. Offerors are encouraged to submit their proposals using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. This information will be used by the government to determine whether the offered item is technically acceptable. (b)(10) Submit past performance information to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers, and other relevant information). (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within four (4) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. EVALUATION PROCEDURE. Contract award will be made to the lowest priced responsible offeror whose (i) past performance is acceptable and (ii) proposed item is technically acceptable. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2007) and ALT I (Apr 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (L) of this provision and submit it with their proposal. In addition, offerors shall complete and submit the representations and certifications at 252.212-7000, Offeror Representations and Certifications--Commercial Items (Jun 2005). For your convenience, paragraph (L) of 52.212-3 and 252.212-7000 are attached to this solicitation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2007), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Feb 2008), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) 52.219-8, Utilization of Small Business Concerns (May 2004) 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) 52.222-50, Combating Trafficking in Persons (Aug 2007) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct. 2003) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008), applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: 52.203-3, Gratuities (APR 1984) 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) 252.225-7012, Preference for Certain Domestic Commodities (MAR 2008) 252.225-7014, Preference for Domestic Specialty Metals (JUN 2005) DEVIATION 252.227-7015, Technical Data--Commercial Items (NOV 1995) 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) 252.232-7003, Electronic Submission of Payment Requests (MAR 2008) 252.243-7002, Requests for Equitable Adjustment (MAR 1998) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) The following additional DFARS provisions and clauses also apply: 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (OCT 2006) 252.211-7003, Item Identification and Valuation (JUN 2005) 252.225-7000, Buy American Act--Balance of Payments Program Certificate (JUN 2005) 252.232-7010, Levies on Contract Payments (Dec 2006) 5352.201-9101, OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow – Receipt and Acceptance (see website – https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a proposal, which shall be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4b9b287aa60b563fd5fa0d11bd14a1ca&tab=core&_cview=1)
 
Place of Performance
Address: Air Force Research Laboratory, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN01572918-W 20080516/080514220150-4b9b287aa60b563fd5fa0d11bd14a1ca (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.