Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
SOLICITATION NOTICE

70 -- ANTENNA EQUIPMENT

Notice Date
8/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, OSD - Public Affairs for Internal Communication, Defense Media Activity, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ002891968606
 
Archive Date
9/16/2009
 
Point of Contact
Shevonn Moore, Phone: 951-413-2634, Jessie Feliciano, Phone: 951-413-2406
 
E-Mail Address
shevonn.moore@dma.mil, jessie.feliciano@dma.mil
(shevonn.moore@dma.mil, jessie.feliciano@dma.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION (ANTENNA EQUIPMENT) 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 HQ002891968606 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 2005-35, dated 14 Jul 09 DFARS change 20090721. (1) FAR 52.212-1 (Instructions to Offerors – Commercial Items) (JUN 2008): 20090913, dated 21 Jul 09 (a) Re para (a): NAICS 237110 ; this requirement is set-aside for Small Business, Size Standard 33.5 (b) Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time order is issued and throughout performance. (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 requirements in CLIN 0001 descriptions below. (3) QUOTATIONS MUST BE RECEIVED NOT LATER THAN 2:00 PM PACIFIC STANDARD TIME September 01, 2009 IN ORDER TO BE CONSIDERED. Quotations may be emailed to Shevonn.Moore@dma.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) (JUL 2009) with Alt 1 (APR 2002) or indication that reps and certs are in ORCA. Item Description: CLIN 0001: 5EA, ANTENNA DISH; 3.1METER; PRIME FOCUS; DUAL AXIS MOTORIZED; 8-PIECE POWDER COATED; INCLUDES POWER ACTUATORS, ANTENNA MOUNT; 120 MPH WIND SURVIVAL RATING; 60MPH OPERATIONAL WIND LOADING RATING; -60 DEG TO 180 DEGREE TEMP SURVIVAL RATING; -40 DEG TO 140 DEG OPERATIONAL TEMP RATING; RAIN DATA: OPERATIONAL 1/2-IN PER HOUR, SURVIVAL 3-IN PER HOUR; ICE DATA: SURVIVAL 1-IN, 1/2-IN IN RADIAL +60MPH. CLIN 0002: 5EA, FEED HORN MOTORIZED; DUAL C/DUAL KU BAND; FREQ RANGE: 3.625- 4.2GHZ (C), 10.7-12.75GHZ (KU); POLARIZATION: LINEAR V/H; 3 AND 4 HOLE MOUNTING PATTERN ON 5.75-IN; PWR RQMTS: 24VDC. CLIN 0003: 5EA, CONTROLLER DUAL AXIS SATELLITE ANTENNA; PROVIDES TRACKING FOR INCLINED ORBIT SATELLITES VIA STEP TRACK, SEARCH AND MEMORY TRACK; RACKMOUNT (2RU); 2X40 LCD; 16-KEY FUNCTION KEYPAD; DUAL SPEED DRIVE SYSTEM DELIVERS 8AMPS @ 30VDC TO ANTENNA ACTUATORS; INTERFACES W/PULSE BASED POSITION SENSORS (REED SWITCH, HALL EFFECT, OPTICAL); SERVO BASED POLARIZATION CONTROL; RSS-422 COMMUNICATIONS PORT; PWR RQMTS: 115-230VAC, 50/60HZ, SELECTABLE. CLIN 0004: 5EA, MODULE DAUGHTER BOARD; F/U/W: RCI 2000 SERIES SATELLITE ANTENNA CONTROLLERS; PROVIDES INTERFACE W/5-24VDC POWERED ROTATING FEED. CLIN 0005: 5EA, MOUNTING KIT ANTENNA; C/O: 6-FT PIPE STAND (6 5/8-IN OD), BOLT KIT, TEMPLATE; F/U/W: PATRIOT 3.1 METER DISHES. CLIN 0006: 1350FT, CABLE ANTENNA CONTROL; 15-LEAD; POLYETHYLENE JACKETED CABLE W/4-INDIVIDUALLY JACKETED CABLES INSIDE C/O: 1EA 3 CONDUCTOR 20-AWG SHIELDED CABLE, 2EA 3 CONDUCTOR 22-AWG +2 CONDUCTOR 14-AWG SHIELDED CABLE, 1EA 2 CONDUCTOR 18-AWG UNSHIELDED. CLIN 0007: 2EA, DE-ICING SYSTEM ANTENNA; F/U/W: PATRIOT 3.1-METER DISHES; 100-PERCENT REFLECTOR COVERAGE; C/W: BACK COVER AND FEEDHORN DE-ICE. CLIN 0008: 5EA, CONVERTER LOW NOISE BLOCK (LNB); KU-BAND DRO; INPUT FREQUENCY: 12.25-12.7GHZ; L.O. FREQUENCY: 11.3GHZ; OUTPUT FREQUENCY: 950-1450MHZ; L.O. STABILITY: +/-250KHZ; PHASE NOISE: -65DBC/HZ @1KHZ. CLIN 0009: 1350FT, CABLE HELIAX; SUPERFLEXIBLE; FOAM FILLED, 1/2 IN NOMINAL O.D.; OUTER CONDUCTOR: COPPER; INNER CONDUCTOR: COPPER; MINIMUM BENDING RADIUS: 1.25MM; NOMINAL IMPEDANCE, 75 OHM; ATTENUATION, 11.0DB PER 100M AT 1000MHZ; AVERAGE POWER HANDLING, 0.443KW AT 1000MHZ. *The Contracting Officer shall specify either a number of days after the date the contractor receives the notice to proceed, or a calendar date. ALL ITEMS ARE TO BE SHIPPED: TO DEFENSE MEDIA CENTER BLDG 2725, 14855 6th STREET, RIVERSIDE, CA 92518-2221. Attn Sheree Ogle 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 quote; 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) (MAR 2009) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (JUN 2009) 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) FAR 52.232-28 Invitation to Propose Performance-Based Payments (MAR 2000) 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) (MAR 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 2004), will be included.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/AFIST-ASA/MarchARBCA/HQ002891968606/listing.html)
 
Place of Performance
Address: Defense Media Center, 14855 6th Street Bldg 2725, Riverside, California, 92518-2221, United States
Zip Code: 92518-2221
 
Record
SN01914845-W 20090819/090818001946-95eec401653750049094bdd2dd13f3bd (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.