Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2010 FBO #3151
MODIFICATION

66 -- LIQUID WATER PATH MULTI-CHANNEL RADIOMETER

Notice Date
7/9/2010
 
Notice Type
Modification/Amendment
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
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
FA8751-10-R-0027
 
Archive Date
8/5/2010
 
Point of Contact
Robert Gigliotti, Phone: 315-330-2205
 
E-Mail Address
robert.gigliotti@rl.af.mil
(robert.gigliotti@rl.af.mil)
 
Small Business Set-Aside
N/A
 
Description
* AMENDMENT 01 DATED 09 JULY 2010 * 1. The response date is extended to 12 PM (ET) WED 21 JUL 2010. 2. All other terms and conditions remain the same. ******* 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. Proposals 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 amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-10-R-0027 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-42 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100623. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is unrestricted. The NAICS code is 334515 and small business size standard is 500 employees. The contractor shall provide the following items on a Firm Fixed Price (FFP) basis. Offerors shall specify the warranty term and include shipping FOB Destination in the total price. ITEM 1: Multi-channel Microwave Radiometer QTY: 1 DESCRIPTION: Multi-channel microwave radiometer with channels at 72.5 GHz and 82.5 GHz, plus additional channels at nominally 23 and 31 GHz, meeting the following additional requirements: -Lower frequency channels must provide integrated water vapor and liquid water path amounts. -Stand-alone system for automated use under nearly all environmental conditions, with low maintenance requirements. -Operating software that allows local and remote operation, storage and manipulation of data. -Internal retrieval algorithms that calculate the integrated liquid water vapor and liquid water path amounts, and provide the retrieval data and raw data output. -Full programmable steerability, including an azimuth positioner that allows 0 to 360 degree rotation as well as internal elevation scanning, with custom definable scans. -External meteorological detectors and GPS clock. -Up to three days of training at the manufacturer's location or as provided through an equivalent delivery mechanism. -Center Frequencies: 72.5 GHz +/- 0.1 GHz, 82.5 GHz +/- 0.1 GHz. -Bandwidth: 72.5 and 82.5 GHz: < 2GHz bandwidth (-3dB FWHM); 23 and 31 GHz: < 300 MHz -Beam Width: 72.5 and 82.5 GHz: nominally 2 degrees. 23 and 31 GHz: nominally 4 Degrees. -Radiometric Resolution: 0.2K rms at 1 sec integration time. -Brightness temperature accuracy: < 1K -Radiometric range: 0-800 K -System stability: < 1.0 K. -Receiver and antenna thermal stabilization: < 0.03 K -LWP accuracy: +/- 30 g/m2 -IWV accuracy: +/- 0.3 Kg/m2 -Automatic rain detections system with dew-blower and heater to prevent formation of dew on the radome. -External meteorological sensors: barometric pressure, humidity, temperature. -Data interface: RS-232 -Operating temperature range: -40C to +45C -Power: 110 VAC Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The anticipated delivery date is within 2 months After Receipt of Order (ARO). Products must be delivered FOB Destination. 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 (JUN 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due by 3 PM (ET) MON 12 JUL 2010. Submit by email to robert.gigliotti@rl.af.mil, by fax to 315-330-2555, or by mail to AFRL/RIKO, Attn: Robert Gigliotti, 26 Electronic Pkwy, Rome NY 13441-4514. Offerors are encouraged to submit their proposals 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 requirements in the solicitation. (b)(10) Submit past performance information for contracts completed successfully within the last 3 years that are similar in magnitude and scope to the work described in this notice. Include reference name, telephone number, and email address, as well as a brief description of the contract effort. (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 applies to certain products with 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 four 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 (JAN 1999) applies. In addition to the information in paragraph (a), the following factors shall be used to evaluate offers: TOTAL EVALUATED PRICE, PAST PERFORMANCE, TECHNICAL ACCEPTABILITY, and DELIVERY SCHEDULE. Total Evaluated Price will consist of the cost of Item 1 and any travel costs to the Government for training. When combined, all non-Price factors are approximately equal in importance to Price. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (AUG 2009) and ALT I (APR 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their proposal. In addition, offerors shall complete and submit the representations and certifications at DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items (JUN 2005). For your convenience, paragraph (b) of 52.212-3 and 252.212-7000 are attached to this solicitation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (JUN 2010), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (JUN 2010) applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alternate I (Oct 1995) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) 52.219-8, Utilization of Small Business Concerns (May 2004) DEVIATION 52.219-28, Post Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010) applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: 52.203-3, Gratuities (Apr 1984) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009) 252.225-7001, Buy American Act and Balance of Payments Program (Jan 2009) 252.225-7012, Preference for Certain Domestic Commodities (Jun 2010) 252.227-7015, Technical Data - Commercial Items (Nov 1995) 252.227-7037, Validation of Restrictive Markings on Technical Data (Sep 1999) 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) 252.243-7002, Requests for Equitable Adjustment (Mar 1998) 252.247-7023, Transportation of Supplies by Sea (May 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000) The following additional FAR and FAR Supplements provisions and clauses also apply: 252.225-7000, Buy American Act - Balance of Payments Program Certificate (DEC 2009) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) 252.211-7003, Item Identification and Valuation (AUG 2008) 252.225-7002, Qualifying Country Sources as Subcontractors (APR 2003) 252.225-7013, Duty Free Entry (DEC 2009) 252.232-7010, Levies on Contract Payments (DEC 2006) 5352.201-9101, OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407. The Defense Priorities and Allocations System (DPAS) rating DO-C9 has been assigned to this effort. 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 (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. All responsible sources may submit a proposal which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-R-0027/listing.html)
 
Place of Performance
Address: Air Force Research Laboratory, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN02201796-W 20100711/100709235734-93934ec1ee15d4436f67d704695d3f0b (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.