Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2008 FBO #2419
SOLICITATION NOTICE

B -- MAGNETRON SYSTEM

Notice Date
7/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, JM&L LCMC Acquisition Center, Picatinny, US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-08-R-0461
 
Response Due
7/23/2008
 
Archive Date
8/22/2008
 
Point of Contact
Jessica Bird, Contract Specialist, (973)724-6965
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested with a written solicitation will not be issued. This solicitation is and RFP and the solicitation number is W15QKN-08-R-0461. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-28. This action is a 100% set aside for Small Business Concerns with for NAICS Code: 334411 with a small business size standard of 500 employees or less. The U.S Army ARDEC, Picatinny Arsenal, NJ intends to award on a competitive basis a contract for the Magnetron System. 1. Scope the US Army has a need for a Magnetron System (Magnetron tube, Remote Operator Control Unit, Power Supply w/ cables and manuals) to perform RF susceptibility testing on Army weapons system. In accordance with the Tri-Service requirement, the Magnetron System will be used to simulate the battlefield threat that the weapon will see in its life cycle. If any of the evaluation factors below are not met, then the contractor's proposal is considered technically not acceptable. Minimum System Performance Requirements: 1.The Contractor shall manufacture and deliver the Magnetron System. 2.The following are the minimum salient characteristics of the Magnetron System: 3.Frequency Range: 2.0 4.0 GHz 4. Milotron Tube: Magnetically Linear Oscillator tube 5.Power level: CW output --- 15KW for 5 minutes 6.Control unit: Remote Operator Control Unit 7.Power supply: 3 Phase 208 Volt 30 Amp prime power feed. 8.Input Impedance: 50 Ohms 9.Safety features: Monitoring and safety circuits 10.Connector: standardized high voltage connector. 11.Configuration:Standard 19 equipment rack with wheels 12.Modulation: AM/FM/Pulse 13.Front panel display: Mode, Frequency Band, Power status, Voltage, Current. 14.Data: The Contractor shall provide the following data: 15.Operator (Users) Manual - 1 copy 16.Schematic - 1 copy 17.Warranty: The contractor shall provide a three year warranty effective from the date of final Government acceptance. 18.Period of Performance: The contractor shall deliver of the Magnetron System to the US Army TACOM-ARDEC, Electromagnetic Environmental Effects Team, Building 3208, Picatinny Arsenal, NJ within 90-120 days after receipt of contract award. Contractor Invoices A.Payment shall be made to the remit-to address shown on the invoice authorized by the Contractor. B.All Invoices are subject to the approval of Government Point of Contact (POC). All invoices shall be sent to one of the points of contact listed below prior to submittal to the Payment Office shown at Block 18a. of the Standard Form 1449. The point of contact for resolution of issues is either the Contract Specialist or Contracting Officer listed below: Title:Point of Contact Contract SpecialistName:Jessica Bird Address:Bldg 10 Phipps RoadPicatinny Arsenal, NJ 07806-5000Phone:(973) 724-6965Facsimile:(973) 724-2722E-Mail:jessica.l.bird@pica.army.mil\ Title:Contracting OfficerName:Katherine ConklinAddress:Bldg 10 Phipps RoadPhone:(973) 724-7674Facsimile:(973) 724-2722E-Mail:katherine.conklin@pica.army.mil Description of Supplies or Services 001 Magnetron SystemI LotUnit Price: INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Government FacilityGovernmentGovernment FacilityGovernment DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 120 dys. ADC 1 AMSRD-AAR-AEP-FDERRICK COPPINB. 3208PICATINNY ARSENAL NJ 07806973-724-4871FOB: Destination DODDAC code: W15BW9 UIC: W4MKAA 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/these address(es): http://farsite.hill.af.mil/search.htm and http://procnet.pica.army.mil/reference/Clauses/locals.htm (End of clause) CLAUSES INCORPORATED BY REFERENCE 52.212-1 Instructions to Offerors--Commercial Items APR 2008 52.212-3 Offeror Representations and Certification--Commercial Items MAY 2008 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 252.201-7000 Contracting Officer's Representative DEC 1991 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country OCT 2006 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items MAR 2008 ARDEC 25Commercial Packing RequirementsNOV 2004ARDEC 46Deliveries to TACOM-ARDECARDEC 59PaymentARDEC 62Required Insurance ARDEC 68Identification of Contractor EmployeesARDEC 106HQ AMC - LEVEL PROTEST PROGRAM DEC 2005ARDEC 144Proposal Submission RequirementJUNE 2005ARDEC 161Identification of Work Performed at a Government Location NOV 2006ARDEC 163DISCLOSURE OF UNIT PRICE INFORMATION DEC 2002ARDEC 167 5152.250-1-9000 - ADDITIONAL INFORMATION ON INDEMNIFICATION REQUESTS UNDER CONTRACTS FOR A QUALIFIED ANTI-TERRORISM TECHNOLOGY DEC 2004 ARDEC 168GENERAL INFORMATION TO OFFERORS OR QUOTERSFEB 2005 CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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: 1.)Technical capability of the item offered to meet the Government requirement; 2.)Price; 3.)Past Performance Technical and past performance, when combined, are more important than Price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause) In accordance with FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition and the following FAR Clauses cited in the clause are applicable to this acquisition. (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: (Contracting Officer check as appropriate.) _X__ (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). _X__ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). _X__ (7) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2) and (3)). _X__ (16) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). _X__ (17) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126). __X_ (18) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). __X_ (19) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). __X_ (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). _X__ (21) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). _X__ (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). __X_ (26) FAR 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). _X__ (30) 52.225-5, Trade Agreements (Nov 2007) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X__ (31) 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). _X__ (34) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X__ (36) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). _X__ (39) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). _X__ (40)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). (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 (Nov 2007) (41 U.S.C. 351, et seq.). (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Nov 2007) (41 U.S.C. 351, et seq.)(x) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) 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) The Government contemplates a Firm Fixed Price Award for this effort. Proposals in response to this solicitation are due by 12PM EDT 8 July 2008. Proposals should be sent via email to jessica.l.bird@us.army.mil or jessica.l.bird@conus.army.mil For information regarding this solicitation, contact Ms. Jessica Bird, Contract specialist, at (973)724-6965.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fda1c72073043c0acf0fcffd30758d9a&tab=core&_cview=1)
 
Record
SN01609952-W 20080711/080709221859-fda1c72073043c0acf0fcffd30758d9a (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.