Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
SOLICITATION NOTICE

59 -- High output amplifier 45-50 GHz

Notice Date
5/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
MICC - White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-12-R-AMPX
 
Response Due
5/30/2012
 
Archive Date
7/29/2012
 
Point of Contact
Enrique Torres, 575-678-1465
 
E-Mail Address
MICC - White Sands Missile Range
(enrique.torres5@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is a combined synopsis/solicitation for commercials items prepared in accordance with the format in FAR subpart 12.603, 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58, effective 14 April 2012. The procuring contracting office is the Installation Contracting Office (ICO) - White Sands Missile Range (WSMR), 143 Crozier Street, White Sands Missile Range, NM 88002-5201. The solicitation number for this acquisition is W9124Q-12-R-AMPX and is issued as a request for proposal (RFP). This RFP is competed as full and open and no set-asides have been made by the Government. Pursuant to the Federal Acquisition Regulation (FAR) 15.101-2, award shall be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors (Evaluation factors will be outlined in provision 52.212-2 paragraph (a) listed in the clause and provision section of this RFP). With the proposal, all offerors shall include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items. The applicable NAICS code is 334515 with at size standard of 500 employees. Payment will be made by the Defense Financial and Accounting System (DFAS); therefore, you must be registered in the Central Contractor Registration (http://www.ccr.gov/), as well as, Wide Area Work Flow (https://wawf.eb.mil/). Delivery shall be Free on Board (F.O.B.) destination. Acceptance shall be made by the Government at the specified delivery destination. The delivery schedule should be as follows: 30 days after date of contract (ADC). Delivery shall be made to the following point of contact and address: Gailen Malett, 1870 Aberdeen Avenue, White Sands Missile Range, NM 88002. Upon delivery, it will be necessary to have a 30 day test period to ensure there are no hazardous effects on the existing system. This test time will include operation of the amplifier across the designed frequency range and with the stated modulations. The recipient of any potential award should not expect to receive acceptance from the Government before the 30 day test period previously stated. Government will make acceptance decision no later than 45 days after delivery of product. WSMR has a need to procure one high output amplifier. The amplifier must meet all the minimum specifications outlined below: * MIL-STD-464C * Must be able to respond to changes in frequencies with very minimal signal distortion * Able to sustain continuous operation for at least 8 hours and utilize industry standard connector for the input radio frequency (RF) (i.e. 2.4 mm), output RF (i.e. WR-22 waveguide) and alternating current (AC) power * Operating voltage: 120 or 280 voltage alternating current (VAC) * Operating current: 30 to 60 amps * Input signal level: up to 0 dBm * Input signal modulation: continuous wave (CW), amplitude modulation (AM), frequency modulation (FM), pulse modulation (PM) * Output signal level: 150 watts * Control Interface: general purpose interface bus (GPIB) In addition to the aforementioned specifications the following deliverables shall be included and delivered with product after contract award: * One amplifier that meets the performance requirements as stated throughout this document. * One printed operation manual. * One printed schematic manual showing details down to the circuit card level. * One list of the bill of materials (BOM) and recommended spare part; can be printed but must be included with the electronic copy of manuals. * One CD or DVD containing an electronic copy of all manuals. * AC electrical cord required for operation. * Copies of all test data showing acceptable performance, to include data for all test levels (i.e. forward power, reflected power, input signal level, operating voltages and operating currents) Under FAR 46.407(b), failure to delivery any of the aforementioned items will deem the item(s) under this acquisition as minornonconformance, and subsequently, the contracting officer may reject as such. Additionally, to better aid the Government in determining a contractors past performance, all offerors should provide proven capability to build similar amplifiers with examples in the 18-40 GHz range; and explain what experience offeror possess in building amplifiers that operate from 45-50 GHz. The following Contract Line Item (CLIN) format will utilized: 0001 - Amplifier 45-50Ghz; (quantity/unit of issue) 1 each Submit only quotations that demonstrate all of the capabilities previously listed. From the FAR the following provisions and clauses are applicable to this solicitation: 52.203-3, Gratuities; 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-7, Central Contractor Registration; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-5, Certification Regarding Responsibility Matters; 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; 52.211-17, Delivery of Excess Quantities; 52.212-1, Instructions to Offerors -- Commercial Items; No addenda to this provision. 52.212-2, Evaluation -- Commercial Items; (a) 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: i) Technical capability of the item offered to meet the Government requirement ii) Price iii) Delivery schedule; ability to meet the Government's required date of delivery All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. 52.212-3, Offeror Representations and Certifications -- Commercial Items; 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 (May 2011) (Deviation); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post-Award Small Business Program Rerepresentation; 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 Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-50, Combating Trafficking In Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.227-1, Authorization and Consent; 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement; 52.232-1, Payments; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law For Breach Of Contract Claim; 52.242-15, Stop-Work Order; 52.246-2, Inspection of Supplies -- Fixed-Price; 52.247-34, F.o.b. Destination; 52.253-1, Computer Generated Forms; 52.252-2, Clauses Incorporated by Reference; D1, Marking of Supplies; F1, Accelerated Delivery; H3, Technology Insertion; Full text of these clauses may be found at https://www.acquisition.gov/far. From the Defense Federal Acquisition Regulation Supplement (DFARS) the following provisions and clauses are applicable to this solicitation: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-0001, Line Item Specific: Single Funding; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alternate A, Central Contractor Registration; 252.204-7006, Billing Instructions; 252.204-7008, Export-Controlled Items; 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; 252.211-7003, Item Identification and Valuation; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.223-7008, Prohibition of Hexavalent Chromium; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, Buy American Act--Free Trade Agreements-- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. Full text of these clauses may be found at www.acq.osd.mil/dpap/dars/dfars/html/current/tochtml.htm. From the Army Federal Acquisition Regulation Supplement (AFARS), the following provisions and clauses are applicable to this solicitation: 5152.209-4000, DoD Level 1 Antiterrorism (AT) Standards. Full text of these clauses may be found at http://farsite.hill.af.mil/VFAFAR1.HTM. Your company's tax identification number and Data Universal Numbering System (DUNS) number shall be indicated on the proposal. Offers are due no later than 04:00 PM MST, Wednesday, May 30, 2012. Submittal of offers shall be made to the attention of SSG Enrique Torres via facsimile at (575) 678-4957 or e-mail at enrique.torres5.mil@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f9f7482f3a01adada13dc34b66dc36aa)
 
Place of Performance
Address: Installation Contracting Office - White Sands Missile Range 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
 
Record
SN02735546-W 20120503/120501235404-f9f7482f3a01adada13dc34b66dc36aa (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.