Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
SOLICITATION NOTICE

58 -- Wireless Communications System

Notice Date
9/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-09-Q-0510
 
Archive Date
9/26/2009
 
Point of Contact
Richard C Childres, Phone: 315-330-4194
 
E-Mail Address
richard.childres@rl.af.mil
(richard.childres@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of any amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-09-Q-0510 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20090825. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a Total Small Business set aside. The NAICS code is 334220 and small business size standard is 750 employees. The contractor shall provide the following line items on a firm fixed price basis: Item 1: RF cable Qty: 8 Description: Flexible, low loss, coaxial cable for outdoor use. Installation bend radius 1 inch, 4 inch repeated; 160lb tensile strength; 16.2 GHz cutoff frequency; 50 ohm impedence; >90dB shielding effectiveness; solid BCCAI inner conductor; foam PE dielectric; aluminum tape outer conductor; tinned copper overall braid; black PE jacket (Times Microwave Systems p/n LMR-400, OR EQUAL) Item 2: Antenna array Qty: 4 Description: sector antenna array, with 3 independent antennas covering 120 degrees sector each, minimizing interference, total 360 degree horizontal and vertical coverage (Persistent Systems p/n WR-ARRAY-1309, OR EQUAL) Item 3: Antenna Qty: 8 Description: 2.4 GHz 7.4 dB omni directional antenna (Persistent Systems p/n WR-ANT-015, OR EQUAL) Item 4: Antenna Qty: 4 Description: 5 GHz omni directional antenna (Persistent Systems p/n WR-ANT-026, OR EQUAL) Item 5: Antenna mount Qty: 8 Description: N-male magnetic vehicle antenna mount (Persistent Systems p/n WR-ACC-013, OR EQUAL) Item 6: Radio router Qty: 8 Description: scalable radio router for deploying large mesh or mobile ad hoc networking systems, w/ three 5 GHz radios and one 2.3-2.5 GHz radio, unit includes GPS receiver, GPS antenna, and POE power supply; 600mW peak TX power; CSMA/CA channel access; OFDM with adaptive modulation; 5,10,20, or 40 MHz channel width; up to 10 mile range; 13dB integrated sectors gain; 5150-5875 MHz frequency range; >23 dB front to back ratio; 10.5 lbs max weight; -40 to 176 degrees F operating temp; IP67 10/100 Mbps auto MDI ethernet ports; mobile ad hoc networking capability; 256-bit AES encryption with SHA1 MAC on backbone security; integrated hardware cryptographic accelerator security (Persistent Systems p/n WR-RTR-0909090301, OR EQUAL) Item 7: Antenna tracking system Qty: 1 Description: tripod mounted tracking antenna system to enable two-way communication between the ground and target. Together with the quad radio router the tracking antenna system provides an encrypted digital data link. 65 mile range; up to 30Mbps throughput; die cast aluminum construction; -28 degrees to 131 degrees F operating temperature; 134 mph rated wind velocity; 2.4 - 2.5 GHz frequency; 26.5 dB gain; 6.5 degree horizontal beam width, 8 degree vertical; 30 dB front to back ratio; continuous pan range; 1.7 degrees to 25 degrees per second pan speed range; power supply, Ethernet, and Mil-Spec cable connectors, two N-male to N-male connectors (Persistent Systems p/n WR-TRACKER-KIT, OR EQUAL) Item 8: Radio router Qty: 1 Description: quad radio router with two 2.3 - 2.5 GHz RF modules, two 5 GHz RF modules and an integrated GPS receiver. Unit to include POE power supply and pole mount (Persistent Systems p/n WR-RTR-03030909, OR EQUAL) Item 9: Portable RF module Qty: 4 Description: lightweight man portable RF module unit containing an integrated GPS receiver. 600mW peak TX power; CSMA/CA channel access; OFDM with adaptive modulation; 5,10,20, or 40 MHz channel width; up to 1 mile range with omni-directional antenna; 2.3-2.5 GHz frequency; 1.2 lbs. weight; 5W power consumption; -40 degrees to 176 degrees F operating temperature; IP67 rated 10/100 Mbps auto MDII Ethernet port; mobile ad hoc networking capability; 256-bit AES encryption with SHA1 MAC on backbone security; integrated hardware cryptographic accelerator security (Persistent Systems p/n WR-MPU-0301, OR EQUAL) Item 10: Accessory kit Qty: 4 Description: man portable unit accessory kit containing GPS antenna with dual SAW filters and a BB to MPU power cable (Persistent Systems p/n WR-MPU-KIT1, OR EQUAL) Offerors shall specify at least the same warranty terms, including extended warranties, offered to the general public in commercial practice. The expected delivery date is 30 days after award. The place of delivery, acceptance, and FOB Destination point is F4HBL1/Transportation Officer, Depot 2, 148 Electronic Pkwy, Rome NY, 13441-4516. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM (ET) FRIDAY 11 SEPTEMBER 09. Submit to: AFRL/RIKO, Attn: Richard Childres, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-8401 or by email: to richard.childres@rl.af.mil. Offerors are encouraged to submit their quotes using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the specifications identified above. This may include product literature or other documentation as necessary. (b)(10) Past performance information to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). (b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. This clause will apply to items quoted with a unit price greater than or equal to $5,000. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation - Commercial Items applies. Paragraph (a) - The following evaluation factors shall be used to evaluate offers: PRICE, PAST PERFORMANCE, TECHNICAL CAPABILITY, and DELIVERY, all of approximately equal importance. The representations and certifications found in the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Rerepresentation 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 52.222-36 Affirmative Action for Workers with Disabilities 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration The clause at DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act and Balance of Payments Program 252.227-7015 Technical Data--Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Alternate III,Transportation of Supplies by Sea Alternate III 252.247-7024 Notification of Transportation of Supplies by Sea The following FAR and DFARS clauses and provisions also apply: 52.211-6 Brand Name or Equal 252.225-7000 Buy American Act - Balance of Payments Program Certificate 252.211-7003 Item Identification and Valuation 252.232-7010 Levies on Contract Payments 5352.201-9001 Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow-Receipt and Acceptance (https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-09-Q-0510/listing.html)
 
Place of Performance
Address: Air Force Research Laboratory, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN01941596-W 20090906/090905000717-5c92015645ae9854f23771e4047eb2ac (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.