Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2009 FBO #2734
SOLICITATION NOTICE

69 -- Satellite Modems

Notice Date
5/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
 
ZIP Code
80914-1385
 
Solicitation Number
FA2517-09-T-6076-0001
 
Archive Date
6/10/2009
 
Point of Contact
Joan Ann Johnson, Phone: 7195567538, William F. Brooks, Phone: 7195566117
 
E-Mail Address
joan.johnson@peterson.af.mil, bill.brooks@peterson.af.mil
(joan.johnson@peterson.af.mil, bill.brooks@peterson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation, RFQ362820, is being issued as a Request for Quotation (RFQ). (iii) This document incorporates provisions and clauses through Federal Acquisition Circular. (iv) This acquisition is procured as full and open competition. Mandatory preference programs of Part 19 do not apply; however, socio-economic status when identifying contractor(s) for consideration or competition will be granted. A single award will be made as a result of evaluation of offers. The NAICS code for this requirement is 517410 and the size standard is $15 million dollars. (v) See line items on solicitation for item descriptions, quantities and model numbers. (vi) A description of requirements are satellite modems. Items are Comtech or equal. Salient Characteristics are: Satellite Modem A - DVB modem (Comtech CDM710) (Brand Name or Equal) Must have - 19" rack-mountable (include rack-mount kit) - 120VAC US power - IF: 70 & 140 MHz (50-180 MHz range) - Modulation types (min): QPSK - Demodulation types (min): QPSK - Must be capable of taking standard NTSC input (e.g. DVD player) and modulating it - Must be capable of taking own signal via IF, demodulating and exporting standard NTSC output to projector or monitor (i.e. need to plug in a DVD player, modulate, route through IF patching back to demodulator and display video output via a projector or monitor plugged into modem) - Output power (min): 25 dB dynamic range - Standard monitor functions: BER, Eb/No, RSL, etc. - FEC (min): Vit Satellite Modem B - mid-range satellite modem (Comtech CDM625)(Brand Name or Equal) Must have - 19" rack-mountable (include rack-mount kit) - 120VAC US power - Single-unit modulator/demodulator - IF: 70 & 140 MHz (50-180 MHz range) - Modulation types (min): BPSK, QPSK, 8PSK, 16QAM - Demodulation types (min): BPSK, QPSK, 8PSK, 16QAM - Data rate: up to 5 mbps - Output power (min): 25 dB dynamic range - Standard monitor functions: BER, Eb/No, RSL, etc. - FEC (min): Vit, Reed-Solomon - Turbo codecs - IDR/IBS capable Highly desired - L-band IF in addition to 70 & 140 MHz IF Satellite Modem B - basic satellite modem (Comtech CDM570IP) (Brand Name or Equal) Must have - 19" rack-mountable (include rack-mount kit) - 120VAC US power - Single-unit modulator/demodulator - IF: 70 & 140 MHz (50-180 MHz range) - Modulation types (min): BPSK, QPSK, 8PSK, 16QAM - Demodulation types (min): BPSK, QPSK, 8PSK, 16QAM - Data rate: up to 5 mbps - Output power (min): 25 dB dynamic range - Standard monitor functions: BER, Eb/No, RSL, etc. - FEC (min): Vit, Reed-Solomon (vii) The date of delivery is NLT 30 days from contract award and the place of delivery is 7150 Campus Drive, Colorado Springs CO 80920. (viii) Provision at 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition: a. As part of your quote submission you are required to include price information. DUNS, Cage Code, tax ID, terms and conditions. b. All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. Please provide quote expiration date and best delivery schedule. c. All firms must submit warranty documentation at quote submission. (ix) FAR 52.212-2(a) Evaluation-Commercial Items, applies to this acquisition. Evaluation will be based on Low Price Technically Acceptable. (x) The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items, is applicable to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to the acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (FEB 2009) (DEVIATION), applies to this acquisition: a) FAR 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) b) FAR 52.222-26, Equal Opportunity (MAR 2007) c) FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006 d) FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) e) FAR 52.222-50, Combating Trafficking in Persons, (FEB 2009) 52.222-54, Employment Eligibility Verification (Jan 2009) f) FAR 52.233-3, Protest after Award (AUG 1996) (xiii) The following additional requirements or terms or conditions apply to this acquisition: a. FARs clauses apply to this acquisition: 1) FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) 2) FAR 52.222-3, Convict Labor (JUN 2003) 3) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2008) 4) FAR 52.222-21, Prohibition of Segregated Facility (FEB 1999) 5) FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam era, and other Eligible Veterans (SEP 2006) 6) FAR 52.225-1 Buy American Act - Supplies (FEB 2009) 7) FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 8) FAR 52.239-1, Privacy or Security Safeguards (AUG 1996) b. DFARs clauses apply to this acquisition: 1) DFARS 252.204-7004 Alternate A, Central Contractor Registration (SEP 2007) 2) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement statues or Executive Orders applicalble to Defense acquisitions of commercial items (JAN 2009) 3) DFAR 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) 4) DFAR 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) 5) DFAR 252.247-7023, Transportation of Supplies by Sea (MAY 2002) 6) DFARS 252.225-7016, Restrictions on Acquisition Balls and Roller Bearings (MAR 2006) c. Unique provision and clauses and apply to this acquisition: 1) AFFARS 5352.201-9101 as prescribed 5301.9103 2) FAR 52.211-6 Brand Name or Equal (AUG 1999) (xv) Submit quotes are to be received no later than 4:00pm MST, 26 May 2009 at email address: joan.johnson@peterson.af.mil or via fax (719) 556-4538. (xvi) Contact Joan A. Johnson at (719) 556-7538 for questions regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-09-T-6076-0001/listing.html)
 
Place of Performance
Address: Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN01823151-W 20090522/090521001437-5ffe179f4f5d05d9672df05fd7942e73 (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.