Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2012 FBO #3793
SOLICITATION NOTICE

58 -- High Power L-Band Amplifier - Contractor Certification Clauses

Notice Date
4/11/2012
 
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, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0130(css)
 
Archive Date
5/5/2012
 
Point of Contact
Kelsy L. Perry, Phone: 9372575799
 
E-Mail Address
kelsy.perry@wpafb.af.mil
(kelsy.perry@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DFARS 252.212-7000, Offeror Representations and Certifications—Commercial Items DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal FAR 52.209-5, Certification Regarding Responsibility Matters This is a combined synopsis/solicitation for a high-power L-band amplifier prepared 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; quotes are being requested, and a written solicitation will not be issued. The solicitation number for this requirement is FA8601-12-T-0130(css) and is hereby issued as a Request for Quotes (RFQ) using FAR Part 12, Acquisition of Commercial Items. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56, 02 April 2012. This acquisition is going to be a 100 percent small business set-aside under North American Industry Classification System Code 334515. Size standard is 500 employees. The ASC/PKO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirements: High Power L-Band Amplifier 1) Minimum required peak power: 100kW 2) Minimum required frequency range: 1.25-1.355 GHz 3) Minimum required bandwidth: 105MHz 4) Minimum required duty cycle: 0.0035 5) Minimum Gain: 39dB 6) Minimum Dynamic Range: 20dB 7) Gain Variations over Dynamic range +/-1dB (below 10dB down), +/13dB (above 10dB down) 8) Spurious: -50dB in Band 9) Harmonics: -30dB 10) Input VSWR: Less than 1.5:1 11) Output RF pulse droop:.2dB (rf) 12) Voltage for fault output on contact closure 24Vdc max 13) Pulse Widths: 1-4 μs 14) Minimum required rise/fall times: Threshold 200ns 15) Prime power: Up to 208Vac, 60 Hz 3 ph 16) Cooling: Ambient less than 10 tons 17) Control: a) Reset b) HV on/off c) Warm-up time indicator d) Total time utilized e) Remote user indicator f) Fault indicators for: duty cycle, wide pulse, arc, air flow g) Local - touch screen h) Remote - Ethernet 18) Inputs a) Modulator input pulse 5V min to 12V max b) RF pulse 5.62W- 12W Quotations need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial; and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online 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 Online 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, phone, and tax identification number (TIN) 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 12) Completed FAR 52.209-5, Certification Regarding Responsibility Matters (see attached PDF document) 13) Completed DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal (see attached PDF document) 14) Completed DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (see attached PDF document) 15) Completed DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items (see attached PDF document) Quotations MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. Please make sure to demonstrate your company's abilities to meet the requirements on a separate page from the quotation. 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. 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. 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 52.203-6, Restrictions on Subcontractor Sales to the Government 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 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-14, Limitations on Subcontracting 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 52.222-40, Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-50, Combating Trafficking in Persons 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 FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: FAR 52.203-3, Gratuities 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 252.225-7012, Preference for Certain Domestic Commodities DFARs 252.232-7003, Electronic Submission of Payment Requests DFARS 252.243-7002, Requests for Equitable Adjustment ASC/PKO G-001, Wide Area Work Flow Electronic Invoicing Instructions All Quotations and responses must be received no later than 12:00 PM, Eastern Standard Time on 20 April 2012. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please email to kelsy.perry@wpafb.af.mil via a PDF or Microsoft Word compatible attachment. Any questions should be directed to Kelsy Perry at kelsy.perry@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0130(css)/listing.html)
 
Record
SN02719340-W 20120413/120411235038-7ccf4d3baf731abc27bfd2da4528f1be (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.