Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2008 FBO #2396
SOLICITATION NOTICE

66 -- ANTENNAS

Notice Date
6/16/2008
 
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, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
FA9200-08-M-0248
 
Point of Contact
Elesha J. Gentry,, Phone: 575-572-1244
 
E-Mail Address
elesha.gentry@holloman.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Air Armament Center, Eglin AFB FL, intends to solicit and award a single firm-fixed price contract for GPS Antennas. This requirement is as follows: CLIN 0001: 29 each P/N: 24x18x18A-1.5R-P-XN, Gain to about 13 to 14 dB, Power up to 500 Watts Description: Directional GPS L1/L2 RHCP transmit antenna that can handle up to 500 Watts (input) with very minimal back/side lobes; must have between 12-15 dB gain with a beamwidth between 25-45 degrees. The back/side lobes need to be suppressed by approximately30 dB from the main lobe power and no nulls in the main lobe. A phased array is a plus. Must be easily portable and rugged to handle constant transportation, setup, and teardown. Must be designed to be easily mounted/setup using a tripod. An initial prototype must be built and provided to the government for testing within 30 days of award. Feedback on the electrical and physical characteristics will need to be incorporated into the final design. Delivery of final product and quantity will be 30 days from government approval of prototype. CLIN 0002: 10 each P/N: 3G1215P-XN-1 Passive GPS OMNI Antenna Description: Omni directional GPS L1/L2 RHCP transmit antenna that can handle up to 500 Watts (input). Gain at zenith should be approximately 3 dB and gain at the horizon should be approximately 0 dB. The antenna pattern should be smooth across all azimuths/elevations and not contain any nulls or spikes; must be rugged and easily portable to handle constant transportation, setup, and teardown; Must be designed to be easily mounted/setup using a tripod. An initial prototype must be built and provided to the Government for testing within 30 days after award. Feedback on the electrical and physical characteristics will need to be incorporated into the final design. Delivery of final product and quantity will be 30 days from Government approval of prototype. These items must be delivered to: 746TH Test Group, 1644 Vandergrift Road, Holloman AFB NM 88330 no later than 120 days after receipt of order on an FOB Destination basis. The North American Industry Classification System (NAICS) for this acquisition is 334220- Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, small business size standard: 700 employees. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This solicitation is a request for competitive proposals/quotes. This acquisition is a small business set-aside. Please identify your business size in your response based upon this standard. Questions shall be submitted electronically to elesha.gentry@holloman.af.mil. Numbered Note 1 applies. Notice to Offerors: The Government reserves the right to cancel this solicitation, either before or after the closing date. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. The following clauses are incorporated by reference: FAR 52-212-1, Instructions to Offerors-Commercial Item and any addenda to the provisions; 52.212-2, Evaluation-Commercial Items; Technical Capability is more important than price; 52-212-3, Offeror Representations and Certifications-Commercial Items (Offerors must submit a complete copy with their offers); 52.212-4 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, incorporating the following: 52.204-7, Central Contractor Registration 52.211-6, Brand Name 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 Disable Veterans, Veterans for the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disable Veterans, Veterans for the Vietnam Era, and Other Eligible Veterans 52.225-3, Buy American Act, Free Trade Agreements, Israeli Trade Act 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer, Central Contractor Registration 52.223-11, Ozone-Depleting Substances 52.232-18, Availability of Funds 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B. Destination 52.252-2 Clauses Incorporated by Reference (FEB 98); 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. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.204-7004 Alternate A 252.225-7001, Buy American Act and Balance of Payment Program 252.225-7036, Buy American Act; Free Trade Agreements; Balance of Payment Program 252.232-7003, Electronic Submission of Payment Report 252.247-7023, Transportation of Supplies by Sea, with Alt III 252.225-7002, Qualifying Country Sources as Subcontractors All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. If you are not registered in the CCR Database, you may request an application at (888) 227-2423 or through the CCR website. All offers are due no later than 1500 (Mountain Daylight Savings Time) 27 June 2008. The quote is at the discretion of the offeror. Send all packages to 46th Test Group, AAC/PKET, Attn: Elesha Gentry, 872 DeZonia Road, (Bldg 1085) Holloman AFB NM 88330 or email to elesha.gentry@holloman.af.mil (preferred method) or faxed to (575) 572-0393. Point of Contact: Elesha Gentry, Contract Specialist, Phone 575-572-1244, Fax 575-572-0393, email: elesha.gentry@holloman.af.mil or Jeffrey Cox, Contracting Officer, Phone 850-882-0177, Email: jeffrey.cox@eglin.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=08396301599662e7fab32687f1a2365f&tab=core&_cview=1)
 
Place of Performance
Address: 1644 Vandergrift Road, Holloman Air Force Base, New Mexico, 88330, United States
Zip Code: 88330
 
Record
SN01594009-W 20080618/080616215440-08396301599662e7fab32687f1a2365f (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.