Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2008 FBO #2369
SOLICITATION NOTICE

58 -- L-BAND TRANSMITTERS

Notice Date
5/20/2008
 
Notice Type
Combined Synopsis/Solicitation
 
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, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AF8093B001
 
Point of Contact
Patrick L Terry, Phone: 661-277-7707
 
E-Mail Address
patrick.terry@edwards.af.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 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. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24 and DFARs Change Notice (DCN) 2008-03-31. NAICS is 334220 with a small business size standard of 750 employees. Solicitation is for commercial purchase. This acquisition is unrestricted. AFFTC/PK, Edwards Air Force Base, CA is seeking to purchase the following items; Sixteen (16) each, 10/20-watt dual power, lower L band, multi-mode transmitter with forward error correction encoder - Part Number HM-T2815-3S-3L1-P1K. Capable of transmitting multiple Advanced Range Telemetry waveforms: ARTM Tier II (Multi-h CPM), Tier I (SOQPSK), & Tier 0 (PCM/FM); Tier 1 required to be utilized at data rates up to 27.8Mbps. L-band models must be software switchable between two power output levels of 10 watts and 20 watts RF output minimum in all modes and all specified operating conditions. Must be capable of transmitting a minimum of two distinct power levels with a nominal RF output of 10 and 20 watts respectively. Power levels must be software switchable; Have a spectral mask that meets or exceeds IRIG 106-07 telemetry standards; Forward Error Correction/Turbo Product Code (FEC/TPC), fully compatible with that used on Hypermod transmitters to extend link margin. A fixed price contract is contemplated. Telemetry transmitters supplied must be identical in form, fit and function, and include all transmitter connectors necessary with existing L-3 Nova Engineering Hypermod transmitters currently in use by Edwards AFB, CA. Transmitters must also include the FEC-TPC encoding format and must be manufactured in accordance with the most current ISO 9001standards. Electrical connections: for existing connections: Clock and Data DJT02H-8-35PN (MS27476), Mode Control MWDM1L-9S-6C4 -.500P, Frequency Control MWDM1L-15S-6C4 -.500P, DC Power In PT02H-8-4P, RF Power Output 9012-2CC, Mechanical and electrical interfaces must be identical to the currently installed L band transmitters in JSF aircraft design. 3.50 in. L X 2.50 in. W X 1.30 in. H. Must be compatible with existing connectors, DC power input, frequency control, mode control and RF power output. Place of performance is, 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. 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 (pass or fail) of the item offered to meet the Government requirement and (ii) price (iii) delivery terms. 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.219-8 Utilization of Small Business Concerns 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 252.212-7000 Offeror Representations and Certifications--Commercial Items 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 52.219-28 Post-Award Small Business Program Representation (June 2007) 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 Equal Opportunity 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 52.222-41 Service Contract Act 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons (Aug 2007) 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-3 Alternate I 52.225-13 Restrictions on Certain Foreign Purchases 52.225-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 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) 5352.201-9101 Ombudsmen 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.242-9000 Contractor Access to Air Force Installations (June 2002) Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524 (Attn: Patrick Terry @ 661-277-7707), no later than 4:00 p.m. Pacific Standard Time, 6 June, 2008. Faxed transmissions of quotes are acceptable. Fax #: 661-275-7844 (please call to verify that I have received the fax) or e-mail address: patrick.terry@edwards.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=26b5425bcc4d591304e768345226a7f1&tab=core&_cview=1)
 
Place of Performance
Address: EDWARDS, EDWARDS AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN01576768-W 20080522/080520221327-26b5425bcc4d591304e768345226a7f1 (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.