Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2008 FBO #2469
SOLICITATION NOTICE

59 -- Diplexer

Notice Date
8/28/2008
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M1G38214A001
 
Response Due
9/9/2008 12:00:00 PM
 
Point of Contact
Alex E. Gross,, Phone: 8439635169, Anna M Urrutia,, Phone: (843) 963-5156
 
E-Mail Address
alex.gross-02@charleston.af.mil, anna.urrutia@charleston.af.mil
 
Small Business Set-Aside
N/A
 
Description
The purpose of this ammendment is to correct the formatting of the combined synopsis - solicitation. No changes to the content have been made. COMBINED SYNOPSIS - SOLICITATION FOR F1M1G38214A001-DIPLEXERS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. FAR 13.5 applies. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. This solicitation/synopsis reference number is F1M1G38214A001 and is being 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. This acquisition is unrestricted. The associated NAICS code is 334290 with a small business size standard of 750 employees or less. Contractors shall submit a quotation with an individual price per unit for: CLIN 0001- 1 each diplexers CLIN 0002- 19 each diplexers All diplexers must be identical and meet the following general specifications • Must effectively take two PRC-117 UHF satellite radio signals and allow them to utilize the same Chelton 19-470-10PF54 UHF SATCOM antenna aboard a C-17A aircraft • Must allow for continuous and simultaneous operation of one data and one voice communication link during flight • Must remain passive in nature • Must NOT contain any amplification device • Diplexer should be as small as possible MAX SIZE: 8in x 12in x 12in • MAX WEIGHT 23 lbs Diplexer must also meet the following technical requirements • Transmit Mode (Note 1): Frequency Range (Passband) 291 to 318.3 MHz RF Power Handling 250 Watts (W) Continuous Wave (CW) max (Note 3) • Receive Mode (Note 2): Frequency Range (Passband) 243 to 270 MHz Maximum Input Signal 5 W CW • Notes: 1. RADIO 1 (J1) to ANT (J3) and RADIO 2 (J2) to ANT (J3). 2. ANT (J3) to RADIO 1 (J1) and ANT (J3) to RADIO 2 (J2). 3. 125 W, CW per radio. Quotes should include delivery schedule for staggered delivery to Charleston Air Force Base, SC. Delivery information shall include production lead times. After delivery, inspection, and acceptance of CLIN 0001 a notice to proceed will issued prior to the start of delivery of CLIN 0002. The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial 52.209-4 -- First Article Approval -- Government Testing. As prescribed in 9.308-2(a) and (b), insert the following clause: (a) The Contractor shall deliver 1 unit of CLIN 0001 within 30 calendar days from the date of this contract to the Government at 437 OG/OGS, Charleston AFB, SC 29404 for first article tests. The shipping documentation shall contain this contract number and the CLIN identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract. (b) Within 30 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) of this clause. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. (e) Unless otherwise provided in the contract, the Contractor -- (1) May deliver the approved first article as a part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing; and (2) Shall remove and dispose of any first article from the Government test facility at the Contractor's expense. (f) If the Government does not act within the time specified in paragraph (b) or (c) of this clause, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (g) The Contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the first article during any first article test. (h) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. (i) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor may request a waiver. FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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 factors are significantly more important than price. A Government technical evaluation team shall evaluate, on a pass/fail basis, the technical proposals submitted by the lowest priced offerors. If the lowest priced technically acceptable evaluated responsible offer is judged to have an exceptional performance risk rating that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide specification sheets on the items offered. Offerors shall also provide 3-5 references of your most recent projects from the past 3 years. Only references for same or similar contracts desired. These references shall be one page or less and include a description of the work, contract number, reference name, phone, fax, and e-mail. Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. FAR 52.212-4 Contract Terms and Condition-Commercial Items; • FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation)(Jun 08) are incorporated by reference, however, for paragraph (b)the following clauses apply; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities The following additional clauses are applicable to this procurement. • FAR 52.211-17 Delivery of Excess Quantities • FAR 52.219-28, Post Award Small Business Representation • 52.222-50, Combating Trafficking in Persons. • FAR 52.225-13, Restrictions on Certain Foreign Purchases (>$2,500) • FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration • FAR 52.253-1 -Computer Generated Forms • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.225-7012 Preference for Certain Domestic Commodities • DFARS 252.225-7031 Secondary Arab Boycott of Israel • DFARS 252.225-7014 Preference for Domestic Specialty Metals • DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101, Ombudsman (IAW 5301-9103); complete paragraph c as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: Michael.jackson@scott.af.mil. • AFFARS 5352.242-9000, Contractor Access to Air Force Installations Response to this combined synopsis/solicitation must be received via email by 09 September 2008 no later than 12:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1M1G38214A001 Address questions to TSgt Alex Gross, Contract Specialist, at (843) 963-5169, email alex.gross-02@charleston.af.mil or MSgt James Ting, Contracting Officer, Phone (843) 963-5157, email james.ting@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, and http://www.sba.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=93ee71ed321284e2407440d66e932791&tab=core&_cview=1)
 
Place of Performance
Address: 437 OG/OGS, 101 S. Bates Bldg 162, Charleston AFB, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN01654473-W 20080830/080828223010-93ee71ed321284e2407440d66e932791 (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.