Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

66 -- IDAN components

Notice Date
8/27/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
F1S0AZ8176B006
 
Archive Date
12/27/2008
 
Point of Contact
Mary E Uptergrove, Phone: 661-275-2538
 
E-Mail Address
mary.uptergrove@edwards.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Open Competition - Combined Synopsis/Solicitation - F1S0AF8214B001 This is a combined synopsis/solicitation for commercial items prepared IAW the format in Federal Acquisition Regulation (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) 20080812. NAICS is 334511 with a small business size standard of 750 employees. This acquisition is a 100% small business set-aside. Award will be made to the lowest priced, technically acceptable offer that meets the salient characteristics listed below as described in FAR clause 52.211-6 - Brand Name or Equal. AFFTC/PKEA, Edwards Air Force Base, CA, 93524 is seeking to purchase Brand Name or Equal to commercial items manufactured and designed by RTD Embedded Technologies, Inc. as follows: IDAN-Cover-TP, 5 Ea; Carrier Board-JT309-IDAN-GPS6185HR-S, 6 Ea; Frame-JT301- IDAN-Frame-SH, 3 Ea; Power Relay Data Module-JT304- IDAN-DM6952HR-62S, 3 Ea; Quad Serial Peripheral Module-JT303- IDAN-CM310HRS, 3 Ea.; Controller Module- IDAN-CMC-1668GX300HR-128D(Includes 32MB disk-on-chip), 3 Ea; Quad Serial Peripheral Module-JT308, IDAN- 2 Ea.; Controller-IDAN-CMT6118HRS, 2 Ea.; Frame-JT310- IDAN-Frame SH, 10 Ea.; Custom Document Fee for JT310-, IDAN-Frame-SH, 1 Ea.; IDAN-Base-BF, 5 Ea.; CNC Machine Set-Up Fee (JT301, JT304, JT307, JT308, JT309), 5 Ea.; Shipping FOB Destination, Edwards AFB, CA, 1 lot. Minimum Salient Characteristic: System Performance Specifications: COVER (IDAN-COVER-TP) Size: 152mm L x 130mm W x 9mm H Weight: approx 0.20 kg Operating Temperature: -40 degrees to +85 degrees C: 90% humidity non-condensing Storage Temperature: -55 degrees to + 125 degrees C Aluminum Alloy - 6061, Temper-T6, clear chromate Modular rugged milled aluminum base CARRIER BOARD (IDAN-GPS6185HRS) Rugged milled aluminum frames, self-stacking Peripheral module, wiring and connectors Aluminum Alloy - 606, temper-T6, clear chromate Front Panel SMA connector antenna, 9-pin utility connector, 9-pin serial communication Rear Panel SMA connector oscillator, 25-pin digital I/O, 9-pin Novatel USB Low power OEMV-2 receiver "all-in-view" parallel 72-channel,dual frequency, 36-channel single frequency and triple GNSS receiver Pulse Aperture correlator Centimeter-level position accuracy Size: 107mm L x 96mm W x 15mm H Weight: approx 0.07Kg Operating Temperature: -40 degrees to +85 degrees C: 90% humidity non-condensing Storage Temp: -55 degrees to +125 degrees C Power Requirements: 2.0 W @ 5 VDC typical IDAN-FRAME-SH 152MM Wide x 5.117 Long Blank single-height POWER RELAY DATA MODULE (IDAN-DM6952HR-62S) Outputs: 16 power relays with form C contacts; 60 V A switching capacity: switching current: 2 A at 30 VDC; 0.5 A at 125 V AC; 0.25 A at 220 V AC Max switching voltage 220 VDC/VAC Operate and release time 4 milliseconds 1000 Vrms isolation Connectors: H: standard 50 position 0.I" DIL headers; Screw terminal blocks Dimensions: 90.17 mm L x 95.89 mm W Weight : approx 0.15 Kg Operating Temp: -40 degrees to +85 degrees C, 90% humidity non-condensing Storage Temp: -55 to +125 degrees C Power requirements: 1.25W (all relays active) @ 5 VDC typical QUAD SERIAL PORT PERIPHERAL MODULE (CM310HR) Compatibility with Industry Standard 16C550 115.2K baud RS-232 operation Up to 1.5M baud RS-422 operation 16 byte transmit FIFO/16byte receive FIFO with error flags Independent transmit and receive control Standard modem interface Jumper selectable to interrupt line, base address, RS232/RS422-485 mode per port Includes 42 different selectable I/O base addresses Internal Common Registers added to configure and control board operations Four jumper-configurable RS-232/422/485 serial ports: 16550 compatible UARTs for high-speed; termination resistors for RS-422/485 Size: 90mm L x 96mm W x 15mm H Weight: approx 0.10 Kg Operating Temp: -40 to +85 degrees C: 90% humidity non-condensing Storage Temp: -55 to 125 degrees C Power Requirements: 1.5W @ 5 VDC typical MODULE & CONTROLLER WITH ADVANCED DIGITAL I/O (ADIO) (CMC1668GX300HR-128D) 300 MHz @ 2.0Vdc Rugged passive heatsink Passive structural heatsink 32 Pin SSD socket 2 RS-232/422/485 ports Multiport with parallel port and 18-bit digital Stackable 104 pin PC/104 AT bus Math coprocessor 16KB internal cache Boot block flash BIOS 7 full functional DMA channels 15 interrupt channels 3 timer/counter channels 32 pin DIP socket for solid state disk support Dimensions: 90.17 mm L x 95.89 mm W Weight: approx 0.10 Kg Operating Temp: -40 to +85 degrees C: 90% humidity non-condensing Storage temp: -55 to +125 degrees C MTBF: 115,000 hours typical Power requirements 300 MHz: 5.8W @ 5 VDC typical Includes 32MB disk-on-chip SINGLE-SLOT CONTROLLER WITH EXTERNAL IDE CONNECTOR AND FLOPPY CONTROLLER (CMT6118HRS) Add up to 4 drives to PC/104 stack Interface decoded from PC/104 bus Size: 90mm L x 96mm W x 15mm H Weight: approx 0.07 Kg Operating Temp: -40 to +85 degrees C: 90% humidity non-condensing Storage Temp: -55 to +125 degrees C POWER MODULE W/O BACK CONNECTOR ( HPWR104HRTX-75WS) Rugged milled aluminum frame Aluminum Alloy - 6061, temper-T6, clear chromate Outputs: +5 Vdc at 15.0 A, +12 Vdc at 2.0 A, (3A max); -12 Vdc at 0.5 A, (1A max) Input Voltage Range: 8-32 Vdc input (36V max; Reverse polarity, transient, and over-voltage protection Size: 152mm L x 130mm W x 17mm H Weight approx 0.14 Kg Operating temp: -40 degrees to +85 degrees C, 90% humidity non-condensing Storage temp -55 degrees to +125 degrees C Power requirements: 75W max output power @ 88% efficiency typical BASE-BF Modular rugged milled aluminum base Aluminum alloy -6061, temper-T6, clear chromate Size: 152mm L x 168mm W x 10mm H Weight: approx 0.34 Kg Operating Temp: -40 to +85 degrees C: 90% humidity non-condensing Storage Temp: -55 to +125 degrees C MODULE W/O BACK CONNECTOR (CMC16686GX300HR-128D/D32X) 300 mhZ @ 2.0 Vdc Geode MMX 32 & 128 Mbytes SDRAM Rugged Passive Heatsink Two RS-232/422/485 Ports Multiport with parallel port and 18-bit digital Boot Block Flash BIOS Y3K compliant real time clock 7 fully functional DMA channels including auto-initialize mode 15 interrupt channels 3 timer/counter channels 32-pin DIP socket for solid state disk support Size: 90mm L x 96mm W x 15mm H Weight: Approx 0.10 Kg Operating Temp: -40 degrees to +85 degrees C, 90% humidity non-condensing Storage Temp: -55 degrees to +125 degrees C MTBF: 115,000 hours typical Power requirements 300 MHz: 5.8 W @ 5 VDC typical Delivery: 10 Weeks After Receipt of Order. Place of delivery, performance, and acceptance is FOB Destination, 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,. 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 52.222-26 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. 52.211-6 Brand Name or Equal 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 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 Trafficking 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 52.233-4 Applicable Law for Breach of Contract Claim 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 Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524 (Attn: Mary E. Uptergrove @ 661-277-8801), no later than Close of Business (COB) 10 Sep 2008 at 2 pm PDT. Faxed transmissions of quotes are acceptable. Fax #: 661-277-0470 (please call and verify that I have received the fax) or e-mail mary.uptergrove@edwards.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a9c8fcc89e412a5e21cad93da2a4c131&tab=core&_cview=1)
 
Place of Performance
Address: Edwards Air Force Base, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN01653465-W 20080829/080827222836-a9c8fcc89e412a5e21cad93da2a4c131 (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.