Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2008 FBO #2426
SOLICITATION NOTICE

58 -- Ethernet / Serial Gateway

Notice Date
7/16/2008
 
Notice Type
Presolicitation
 
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-Q-0430
 
Archive Date
8/9/2008
 
Point of Contact
Richard C Childres,, Phone: 315-330-4194
 
E-Mail Address
richard.childres@rl.af.mil
 
Small Business Set-Aside
N/A
 
Description
This is a solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. Solicitation FA8751-08-Q-0430 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20080513. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as unrestricted with regard to business size standard. For information, 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: Wireless Ethernet Bridge/Serial Gateway Qty: 4 Description: Wireless ethernet bridge/serial gateway; 310-390 MHz frequency; frequency hopping spreading method; 345kbps link rate; 32 bits CRC, ARQ error detection; 60 plus mile range; -104 dBm at 345kbps sensitivity; 138dB with rubber antennas, 146dB with 6dBi antennas system gain; 100mW to 1W output power; RS232: RxD, TxD, RTS, CTS, DCD, DSR, DTR, RS422: Tx plus, Tx-, Rx plus, Rx-RS485: 4 wire/2 wire serial interface; 300bps to 230.4kbps baud rate; 10/100 BaseT IEEE ethernet; TCP, UDP, TCP/IP, ARP, ICMP, DHCP, HTTP, SNMP, FTP, Serial over IP, QoS 802.3 network protocols; Local Serial Port Console, Telnet, WebUI,SNMP, FTP Upgrade, RADIUS authentication management; VSWR, battery voltage, temperature, RSSI, remote diagnostics; Point-to-Point, Point-to-Multipoint, Store and Forward Repeater, Peer-to-Peer operating modes; excellent strong signal interference and rejection characteristics; 9VDC to 30VDC power supply; reverse gender TNC RS-232 DB-9F, RJ45 locking terminal connector RJ-45; -40 deg F to 167 deg F (-40 deg C to 75 deg C) 5-95% humidity, noncondensing operating environment; approx. 0.92 lbs weight; 4.755 in x 3.75 in x 1.75 in dimensions; extruded aluminum encosure; panel mount; 12v 2.0A wall adapter 100-240 VAC and diagnostic cable. (Microhard Systems IP320 OR EQUAL) Offerors shall specify at least the same warranty terms, including extended warranties, offered to the general public in commercial practice. The estimated delivery date is 30 days after award. The place of delivery, acceptance, and FOB Destination point is Air Force Research Lab, 148 Electronic Pkwy, Rome NY, 13441. The following provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items with the following paragraph addenda: (b) Written quotes are due by 3 PM EST FRIDAY 25 JULY 2008. Submit to: AFRL/RIKO, Attn: Richard Childres, by email at richard.childres@rl.af.mil, by fax to 315-330-7513, or by mail to 26 Electronic Parkway, Rome NY 13441-4514. (b)(4) Submit a technical description of the items being offered. (b)(10) No past performance information is required. (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 may proceed to award to the next otherwise successful registered offeror. 52.212-2 Evaluation-Commercial Items. The Government intends to award a firm fixed price contract as a result of this RFQ to the responsible offeror whose quote is the most advantageous based on (i) Price and (ii) Technical Capability. Both factors are of equal importance. 52.212-3 Offeror Representations and Certifications-Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Offerors are required to submit paragraph (B) of this provision with their quote. 52.212-4 Contract Terms and Conditions-Commercial Items. 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items. The following additional FAR clauses cited within the clause also apply: 52.219-28 Post Award Small Business Program Rerepresentation 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 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional DFARS clauses cited within the clause also apply: 252.225-7001 Buy American Act and Balance of Payments Program 252.227-7015 Technical Data Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 (Alt III) Transportation of Supplies by Sea Alternate III 252.247-7024 Notification of Transportation of Supplies by Sea The following DFARS and AFFARS clauses and provisions also apply: 252.211-7003 Item Identification and Valuation 252.225-7000 Buy American Act-Balance of Payments Program Certificate 252.225-7013 Duty Free Entry 252.232-7010 Levies on Contract Payments 5352.201-9001 Ombudsman with the following filled in: 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 payment requests to be submitted and processed electronically. Offerors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow-Receipt and Acceptance (https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a966c9fa7c725744915cc98565e53b62&tab=core&_cview=1)
 
Place of Performance
Address: Air Force Research Laboratory, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN01615963-W 20080718/080716222403-a966c9fa7c725744915cc98565e53b62 (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.