Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2011 FBO #3675
SOLICITATION NOTICE

59 -- Double Ridged Waveguide Horn Antenna

Notice Date
12/15/2011
 
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, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0027
 
Archive Date
1/5/2012
 
Point of Contact
Emmeline J. Spaulding, Phone: 9375224565
 
E-Mail Address
emmeline.spaulding@wpafb.af.mil
(emmeline.spaulding@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for twelve (12) double ridged waveguide horn antenna. In accordance with the format in Federal Acquisition Requirements (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 will not be issued. The solicitation number for this requirement is FA8601-12-T-0027 using FAR Subpart 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54, 2 December 2011. This acquisition is going to be Full and Open Competition under North American Industry Classification System Code 334220. Size standard is 750. The ASC/PKO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for twelve (12) double ridged waveguide horn antenna the requirements are as follows: -Minimum frequency range 200 Mhz- 1 GHz -VSWR over frequency range 200 MHz-1GHz less than 2.2 -Maximum weight 30 pounds -One type N Female connector -Nominal impedance 50 Ohms -Maximum side and back lobes at -20 dB at 400 MHz -3 dB main beam width at 400MHz less than 55 degrees -Antenna must be mountable to a 2" steel pole -Antenna must be made from aluminum or other rust proof materials and intended for permanent outdoor mounting without a radome or other environmental shelter. Paint is not an acceptable substitute for rust proof materials. Quotations need to adhere to FAR 52.212-1, Instructions to Offerors- Commercial; and include a completed FAR 52.212-3, Representations and Certifications. In addition the reps and cert in FAR 52.212-3 fill-in must be completed and returned with quote. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability and Price. The quotations may be in any format but MUST include: 1. Proposing company's name, address, and phone 2. Point of contact's name, phone, and email 3. Quotation number & date 4. Item price 5. Total price 6. Shipping 7. Applicable discounts 8. Timeframe that the quote is valid 9. Delivery Schedule 10. Warranty Information (if applicable). 11. Completed FAR 52.212-3, Representations and Certifications Quotations MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial FAR 52.212-2, Evaluation Factors [the fill in portion of this clause is: technical and price] FAR 52-212-3, Representations and Certifications The following clauses are incorporated by reference and apply to this acquisition: 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 FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards. FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests. ASC/PKO G-001, Wide Area Work Flow Electronic Invoicing Instructions ASC/PKO H-002, Delivery Procedures Commercial Vehicles All Quotations and responses must be received no later than 09:00 AM, Eastern Standard Time on 21 Dec 2011. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herin, which will also be the terms & conditions of resulting contract. Please email to Emmeline.spaulding@wpafb.af.mil or send requested information to: ASC/PKOAA Attn: Emmeline Spaulding 1940 Allbrook Drive, Ste. #3 WPAFB, OH 45433 Any questions should be directed to Emmeline Spaulding at (937) 522-4565 or Emmeline.spaulding@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0027/listing.html)
 
Place of Performance
Address: WPAFB, WPAFB, Ohio, 45459, United States
Zip Code: 45459
 
Record
SN02639808-W 20111217/111215234303-b2811284974ba69d76e3d0a78d55b1a4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.