Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2008 FBO #2439
SOLICITATION NOTICE

58 -- Integrated Measurement System (IMS) for Edwards AFB, CA.

Notice Date
7/29/2008
 
Notice Type
Modification/Amendment
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
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
FA9302-08-M-E104
 
Response Due
8/7/2008 2:00:00 PM
 
Archive Date
12/9/2008
 
Point of Contact
Terence D Vickers,, Phone: 661-277-9659, Joel A. Fada,, Phone: 661-277-8450
 
E-Mail Address
terence.vickers@edwards.af.mil, joel.fada@edwards.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is amended to extend the response date to 7 August 2008. 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) 2005-26 and DFARs Change Notice (DCN) 20080513. The size standard is 500 employees. NAICS is 334515. This is a 100 Percent Small Business Set-Aside. The 412 TW/EWG has a REQUIREMENT for an Integrated Measurement System (IMS). The REQUIREMENTS includes the following: 1. Integrated Measurement System (1 ea) 2. Data Reduction Add-ons that include Image Animation and Image Registration. (1ea) 3. Offline Data Reduction License (10% of Core Data Reduction Package plus Add-ons) (1ea) 4. System Training for users of System on-site at Edwards AFB, CA 93524 5. To Ship FOB Destination to Edwards AFB, CA 93524 SPECIFICATIONS: System Includes : Portable Imaging System: Radar: 2-18GHz Computer/Controller Low Frequency Upgrade:.1-2GHz Capability Band 1 Antenna:.1-.5 GHz Band 1,2 Mount included Band 2 Antennas.2-2GHz Band 3 Antennas w/ Enclosure 2-18GHz Rail: 10’ Rail Disassembled for shipping Vertical Slider Pitch Subassembly Position Data System Alignment system with two remote fiducials. Repeatable measurement/alignment capability. Calibration Set A 3 calibration targets with stand Video/Laser/Tilt Module Video capture documentation Vertical Lift Band3 antenna/rail operation to 20 feet Shipping Containers Software: Standard Data Reduction Diagnostic imaging available after data collection Data Filtering Image Edit Reconstruct (IER) NF to FF Transformation Nearfield to Farfield Transformation in Data Reduction Motion Compensation Mocomp in Data Reduction Extended Imaging SALIENT CHARACTERISTICS for Integrated Measurement System has the following basic salient characteristics: • Portable Imaging System • Data for microwave images are acquired by moving antennas on a motorized linear rail while triggering data sweeps incrementally along the rail • Center of the microwave image is called the zone center. The typical zone centers for medium ranges are from 15 to 24 feet in front of the antennas. Greater distances can be achieved depending on the details of the RF environment, instrument settings and target. • System is calibrated by using a known standard with precise magnitude and phase responses associated with each frequency and polarization. • System is on a physical support structure to allow it to be positioned so that the zone center is located at a specific location on the aircraft/target. • Structure provides manual movement in x, y, z (height) and azimuth. The antenna pitch (elevation) is manually operated for 2-18 GHz antennas. Antennas are aligned with a Position Data System using the aircraft coordinate system-fuselage station (FS), buttline (BL) and waterline (BL). Position algorithm determines the antenna movement required to align to the desired zone center on the aircraft. • Radar Subsystem, Control Interface and the PDS System could operate under as well as on top of the aircraft with Band3 antennas [2 to 18 GHz]. • Computer/Controller Rack and Power Rack are always outside the aircraft shadow line. • Design of the hardware includes circular locking military connectors, drip loops on the cables and no direct top openings for fuel to enter the electronics. • Cooling fans and exhaust vents are IP54 rated. • Sealed switches and sealed relays are used so no spark-generating situations occur during operation. • Most metal parts are powder coated or coated for anti-corrosion. • Some exposed materials may be galvanized steel, stainless steel and aluminum. Quote shall include Freight FOB Edwards AFB CA 93524 with Delivery 6 Months ARO. Interested parties who believe they can meet all the requirements for the Integrated Measurment System (IMS) (1) Each, described in this synopsis are invited to submit in writing complete quote including delivery FOB destination Edwards AFB CA 93524. 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,. 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 of the item offered to meet the Government requirement (ii) price 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 52.225-4 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 Rerepresentations 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 52.222-50 Combating Trafficking in Persons 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-3 Alternate I 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award 252.211-7003 Item Identification and Valuation 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) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101 Ombudsmen All responses may are to be sent via e-mail terence.vickers@edwards.af.mil or mailed to 412TW/PKEB, 5 South Wolfe Ave, Edwards AFB, CA 93524-1185, Attention: Terence D. Vickers. Phone number is 661 277- 9659. Responses are due in the office by 29 July 2008, 2 pm PST.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8e50d679207c1e384c4483ba743c49b1&tab=core&_cview=1)
 
Place of Performance
Address: Edwards Air Force Base, Edwards, California, 93524, United States
Zip Code: 93524
 
Record
SN01625966-W 20080731/080729225620-8e50d679207c1e384c4483ba743c49b1 (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.