Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2008 FBO #2529
SOLICITATION NOTICE

59 -- Transmitter, Receiver, and Modulators

Notice Date
10/27/2008
 
Notice Type
Modification/Amendment
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
Other Defense Agencies, OSD - Public Affairs for Internal Communication, Defense Media Center, 23755 Z Street, Riverside, California, 92518-2031
 
ZIP Code
92518-2031
 
Solicitation Number
HQ002882959000
 
Response Due
11/4/2008 2:00:00 PM
 
Archive Date
11/19/2008
 
Point of Contact
Jisun Kang, Phone: 951-413-2211
 
E-Mail Address
jisun.kang@dodmedia.osd.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation/synopsis reference number HQ002882959000 is being issued as a Request for Quotations (RFQ) and incorporates the following with the word “quoter” substituted for “offeror”. Provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 effective 12 June 2008 and DFARS Change Notice 20080812. (1) FAR 52.212-1 (Instructions to Offerors – Commercial Items) (APR 2008): (a) Re para (a): NAICS 334413; small business size standard is 500 employees. (b) Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time of contract award and throughout the performance period. (2) FAR 52.212-2 (Evaluation – Commercial Items) (JAN 1999) with the following insertion in para (a) “lowest priced technically acceptable quote with acceptable past performance.” Technical evaluation will be whether quoted items satisfy all required salient characteristics contained in CLINs below. The items requested herein are items unique to the manufacturer. (3) QUOTATIONS MUST BE RECEIVED NOT LATER THAN 2:00 PM PACIFIC TIME 4 Nov 2008 IN ORDER TO BE CONSIDERED. Quote submissions may be e-mailed to jisun.kang@dodmedia.osd.mil or sent via fax to (951) 413-2432. Due to technical issues, email and fax may not result in your proposal arriving before the cut-off time, please allow extra time if you’re sending your quote via electronic means. (4) Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications – Commercial Items) (NOV 2007) with Alt 1 (APR 2002) or indication that reps and certs are located on the Online Representations and Certifications Application (ORCA) website -- http://orca.bpn.gov. CLIN 0001 Name: TRANSMITTER Manufacturer: Emcore Corporation Part Number: 2804TK-SCSP/12 Qty: 1 Each Description: FORCE INCORPORATED CATV LINX MODEL 2804 110 CHANNEL CATV PROFESSIONAL DISTRIBUTION SYSTEM (PDS); TRANSFERS UP TO 110 CHANNELS OF VSB/AM MODULATED SIGNALS OVER A SINGLE MODE OPTICAL FIBER; COMPATIBLE W/STANDARD CATV MODULATORS AND PROCESSORS; PROVIDES 40-860 MHZ OF USABLE BANDWIDTH FOR VIDEO SIGNALS STACKED AT 6 MHZ INTERVALS; BLUE 7 SEGMENT LED READOUT; -20 DB RF TEST POINT ON FRONT PANEL FOR INSTALLING, COMMISSIONING AND TROUBLESHOOTING THE TRANSMITTER; KEY LOCK POWER SWITCH; MULTIPLE LASER OUTPUT POWER OPTIONS; 31310 NM, SC/APC OPTICAL CONNECTOR, +12 DBM OPT OUTPUT; PWR RQMTS: 120/240 VAC, 50/60 HZ. CLIN 0002 Name: RECEIVER Manufacturer: Emcore Corporation Part Number: 2808R-SFSP RX QTY: 1 Each Description: 110 CHANNEL VSB/AM FIBER OPTIC; BANDWIDTH 40- TO 860 MHZ ACCOMODATES UP TO 110 CHANNELS ON ALL MODES; CNR UP TO 54.5 DB, CSO OF -63 AND CTB OF -66 DBM; RF OUTPUT UP TO +28 DBMV ALLOWS GREATER NUMBER OF DROPS OR SPLITS; WIDE OPTICAL INPUT RANGE OF -8 DBM TO +4.5 DBM PERMITS USE OF LOWER POWER TRANSMITTER; BUILT-IN, UNIVERSAL AC POWER SUPPLY; RX OPTIONS: 77/110 CH, 1310/1550 NM; SC/APC CONNECTORS: SFSP; PWR RQMTS: 120/240 VAC, 50/60 HZ. CLIN 0003 Name: POWER SUPPLY Manufacturer: Blonder-Tongue Laboratories, Inc. Part Number: MIPS12C QTY: 8 Each Description: HE-23 SERIES; 5.5 AMPS AT 5 VDC AND 4 AMPS AT 12 VDC; 110/220 VAC P/S. CLIN 0004 Name: MODULATOR Manufacturer: Blonder-Tongue Laboratories, Inc. Part Number: AQM 6271 QTY: 40 Each Description: AGUILE QAM; QAM MODES: 16, 32, 64, 128, 256, 512 AND 1024; VARIABLE SYMBOL RATE UP TO 10 MBAUD; INPUT: ASI, LVDS PARALLEL INPUT OPTION AVAIL; FEC ENCODER: COMPLIES W/ITU-T-J.83 STANDARDS, ANNEX A (DVB) AND ANNEX B (DIGICIPHER & OPEN CABLE/DOCSIS); AUTO RECOGNITION SPECTRAL INVERSION: RF OUTPUT: CHANNEL RANGE 2 TO 135, REQ RANGE 54-864 MHZ; CONTROLS AND CONNECTORS: LCD 5 INTERACTIVE NAVIGAITON/ENTER PUSH BUTTONS, ASI INPUT: BNC 75 OHM, RF OUTPUT: F TYPE; 3 PIN +5/+12 VDC POWER HEADERS; PWR RQMTS: VOLTAGE +5/+12, 5W. CLIN 0005 Name: RACK Manufacturer: Blonder-Tongue Laboratories, Inc. Part Number: MIRC12V QTY: 7 Each Description: CHASSIS; HE-12 SERIES VENTED; 2RU, 19-IN RACK MOUNT 12 SLOTS. The Government will consider quotes only from “authorized resellers” of equipment manufacturers. All items must be quoted FOB Destination. It is the responsibility of all interested quoters to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the quoter by the Government. All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. For registration, go to http://www.ccr.gov/ and follow the instructions. The Government will issue an order to the responsible quoter, with acceptable past performance, submitting the lowest priced technically acceptable quotation. This order will include the following referenced clauses which may be accessed electronically at www.arnet.gov: FAR 52.204-9 (Personal Identity Verification of Contractor Personnel (SEP 2007) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (FEB 2007) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (APR 2008) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (MAY 2004) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) DFARS 252.246-7000 (Material Inspection and Receiving Report) (APR 2008) Additional FAR and DFARS clauses required by the regulations will be included. Local DMC clauses, 52.0100-4028 (Contract Contact Information)(DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006), will be included.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6143ced21a58f9a24596d68594d4faff&tab=core&_cview=1)
 
Place of Performance
Address: Fort Detrick, Maryland, 21702-5002, United States
Zip Code: 21702-5002
 
Record
SN01696892-W 20081029/081027215115-6143ced21a58f9a24596d68594d4faff (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.