Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2010 FBO #3162
SOLICITATION NOTICE

58 -- MICRO RAIN RADAR

Notice Date
7/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device 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
FA8751-10-Q-0328
 
Archive Date
8/11/2010
 
Point of Contact
Charlene Booth, Phone: 315-330-3536
 
E-Mail Address
charlene.booth@rl.af.mil
(charlene.booth@rl.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items to be acquired under FAR Part 13 Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation 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) 2005-44 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100713. 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 334519 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: MICRO RAIN RADAR QTY: 1 P/N: MRR2 OR EQUAL DESCRIPTION: Vertical pointing microwave precipitation profiler. Shall measure height resolved rain rate, liquid water content, radar reflectivity and drop size distribution from near ground level to altitudes of 5 km or higher. System shall include; Doppler radar, data acquisition hardware, installed software, system calibration and test, and heating elements for operation in snow and icing conditions. Other Specifications: Radar frequency: nominally 24 GHz. Modulation: frequency modulated continuous wave (FM-CW) Transmit power: nominally 50 mW Beam width: 2 degrees (3dB) Interface: RS232 Cable: at least 25 m of junction cable to remote outdoor radar components from the indoor power supply and processor. Power Supply: 220 VAC/ 24 V DC. Height resolution (adjustable): 30 to 200 m Number of range gates: up to 30 Rain rate accuracy (1 min average): 0.01 mm/hr Drop size detection range: 0.25 mm to 4.5mm Software package shall have the capabilities to specify system parameters, data outputs, data storage, and data transfer; and graphics and analysis software for visualization and evaluation of measured data. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The estimated delivery date is 30 days after award. The place of delivery, acceptance, and FOB Destination point is Air Force Research Lab, 148 Electronic Pkwy, Rome NY, 13441. The following provisions and clauses apply to this acquisition: 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 quotes are due by 3 PM (ET) Tuesday 27 JUL 2010. Submit by email to charlene.booth@rl.af.mil, by fax to 315-330-2555, or by mail to AFRL/RIKO, Attn: Charlene Booth, 26 Electronic Pkwy, Rome NY 13441-4514. (b)(4) Submit a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in this solicitation. This may include product literature, or other documents, if necessary. (b)(10) No past performance information is required. (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 clauses applies to certain products with unit price of $5,000 or greater. (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 (4) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. 52.212-2, Evaluation -- Commercial Items. In addition to the information in paragraph (a), the following factors shall be used to evaluate offers: (i) PRICE, and (ii) TECHNICAL CAPABILITY: both factors are of equal importance. 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. Offerors are required to submit paragraph (B) of this provision with their quote. 52.212-4, Contract Terms and Conditions -- Commercial Items. 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items. The following additional FAR clauses cited within the clause also apply: 52.219-28, Post Award Small Business Program Representation 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 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional DFARS clauses cited within the clause also apply: 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, Transportation of Supplies by Sea Alternate III 252.247-7024, Notification of Transportation of Supplies by Sea The following additional FAR and FAR Supplements provisions and clauses also apply: 52.211-6, Brand Name or Equal 252.211-7003, Item Identification and Valuation 252.225-7000, Buy American Act - Balance of Payments Program Certificate 252.232-7010, Levies on Contract Payments 5352.201-9101, OMBUDSMAN with the following filled in: Karen 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 payment requests to be submitted and processed electronically. Offerors 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. The following Defense Priorities and Allocations System (DPAS) has assigned the following rating DO-A7 to this effort.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-Q-0328/listing.html)
 
Record
SN02211269-W 20100722/100720234928-5d37b5fc955469048cdfac006363115e (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.