Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2011 FBO #3521
SOLICITATION NOTICE

58 -- ROLL/AZIMUTH POSITIONER

Notice Date
7/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FIT0EB1126AG01
 
Point of Contact
Donna McDonald, Phone: 8508820284
 
E-Mail Address
Donna.McDonald@eglin.af.mil
(Donna.McDonald@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Brand Name or Equal combined synopsis/solicitation. The AAC/PKOBB, Eglin AFB, Florida intends to solicit, negotiate, and award a Firm-Fixed Price contract for a Roll/Azimuth Positioner, brand name or equal. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The announcement number is F1T0EB112AG01. The North American Industry Classification System (NAICS) code for this acquisition is 334515, with small business standard size 500 employees. Please identify your business size in your response based upon this standard. This requirement is for: CLIN 0001: ONE (1) LOT, ROLL/AZIMUTH POSITIONER. CONFIGURATION INCLUDES 2115-CR MEDIUM DUTY MAPS WITH CONTINUOUS ROTATION, CUSTOM HEAVY DUTY MAST FOR 2115-CR (INTERCHANGEABLE), AND 2090 DUAL DEVICE, FIBER OPTIC CONTROLLER. INCLUDES SHIPPING; P/N: 2115-CR WITH OPTIONS OR EQUAL FORM, FIT, AND FUNCTIONALITY; BRAND NAME OR EQUAL. AZIMUTH POSITIONER SALIENT CHARACTERISTICS: THIS PROCUREMENT CONSISTS OF INTEGRATING OFF-THE SHELF COMPONENTS IN A CONFIGURATION DESCRIBED BELOW. MINIMUM NON-REOCCURING ENGINEERING (NRE), IN ANY, WILL BE REQUIRED TO CONSTRUCT THE DESCRIBED SYSTEM. GENERAL DESCRIPTIONS: IN ORDER TO ACCOMPLISH ANTENNA PATTERN AND REDAR CROSS SECTION (RCS) MEASUREMENTS A MULTI FUNCTION ROLL OVER AZIMUTH POSITIONED IS REQUIRED. IN ONE CONFIGURATION THE POSITIONED WILL BE ABLE TO SUPPORT LOADS UP TO 20 POUNDS IN ELEVATION AXIS AND IN THE SECOND CONFIGURATION THE POSITIONED WILL SUPPORT LOADS UP TO 75 POUNDS IN ELEVATION AXIS. ONE CONTROLLER WILL BE UTILIZED IN BOTH CONFIGURATIONS. CONTINUOUS ROTATION IN THE AZIMUTH AXIS AND IN THE ROLL AXIS. NON-METALIC VERTICAL MAST. ADJUSTABLE CENTER OF ROTATION ABOUT VERTICAL AXIS. SPECIFICATIONS: FREQUENCY 1-18 GHZ CONTROLLER MUST HAVE CAPABILITY TO TRIGGER AT KNOWN INCREMENTS ON BOTH AXIS RESOLUTION 0.1 DEGREE OR BETTER IN BOTH AXIS SPEED VARIABLE IN BOTH AXIS 1 RPM POWER: 208 VAC, 60 HZ, 2 KW For questions, contact Ms. Donna McDonald by e-mail only, donna.mcdonald@eglin.af.mil The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-53 effective 5 July 2011. • FAR 52.211-6, Brand Name or Equal, which reads as follows: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) • FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper; • FAR 52.204-7, Central Contractor Registration; • FAR 52.212-1, Instructions to Offerors -¬¬ Commercial Items; • FAR 52.212-2, Evaluation -Commercial Items. Evaluation will be based on the following factors: price and technical (capability of item offered to meet the government's needs); • FAR 52.212-3, Offerors Representations and Certifications - Commercial Items, Alternate I (Effective January 1, 2005, in accordance with FAC 2001-26, offerors are required to provide representations and certifications electronically via the BPN website http://www.bpn.gov); • FAR 52.212-4 Contract Terms and Conditions - Commercial Items; • FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: • 52.233-3, Protest After Award; • 52.233-3, Applicable Law for Breach of Contract Claim; • 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; • 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; • 52.219-8, Utilization of Small Business Concerns; • 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; • 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • 52.222-36, Affirmative Action for Workers With Disabilities; • 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; • 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; • 52.225-13, Restrictions on Certain Foreign Purchases; • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • 52.233-2, Service of Protest, which reads as follows: (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from 96 CONS/MSCB, ATTN: Contracting Officer, 205 West D Ave, Suite 541, Eglin AFB FL 32542. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision); • 52.247-29, F.O.B. Origin; or 52.247-34, F.O.B Destination; • 52.252-2, Clauses Incorporated By Reference (Feb 98), which reads as follows: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause); • DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: • FAR 52.203-3, Gratuities; • DFARS 252.225-7001- Buy American Act and Balance of Payments Program; • DFARS 252.232-7003, Electronic Submission of Payment Requests; • 252.243-7002, Requests for Equitable Adjustment; • 252.247-7023, Transportation of Supplies by Sea; To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil The proposal format is at the discretion of the offeror. If your company is capable of providing this item, pricing and product literature must be received NLT 2:00 PM., Central Time on 15 August 2011. Anticipated award date is six days after this due date. Send all packages to AAC/PKOBB, Attention: Donna McDonald, 308 West D Avenue, Suite 130 (Building 260), Eglin AFB., Florida 32542-6862, by facsimile to (850) 882-1680 or e-mail at donna.mcdonald@eglin.af.mil or Fausto R. Fernandez, Contracting Officer, e-mail at fausto.fernandez@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/FIT0EB1126AG01/listing.html)
 
Record
SN02499354-W 20110716/110714235604-0b52b1bb7c0dc703802c65fe760efe51 (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.