Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2015 FBO #5028
MODIFICATION

61 -- Power Amplifier

Notice Date
8/28/2015
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-15-T-0279
 
Response Due
9/3/2015
 
Archive Date
10/27/2015
 
Point of Contact
Ariel Amey, (301) 394-1081
 
E-Mail Address
ACC-APG - Adelphi
(ariel.m.amey.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
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. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) The solicitation number is W911QX-15-T-0279 This acquisition is issued as an request for quote (RFQ) (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 02 July 2015. (iv) This acquisition is set-aside for small business. The associated NAICS code is 334220.The small business size standard is 750. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: One (1) Power Amplifier with the rated output power of a minimum of 500 watts. The minimum operating frequency range shall be from 80 MHz to 1000 MHz.The power output shall be a minimum of 400 Watts over the operating frequency range, at 1-dB compression.The input power for the rated output shall be a maximum of 1 mW. The amplifier's flatness of gain across its operating frequency band shall be a maximum of 1.5 dB.The gain of the amplifier at its maximum setting shall be a minimum of 57 dB. The amplifier class shall be Class A or Class A Push-Pull. The amplifier shall be able to operate with a primary power voltage of 120 to 240 VAC, 50/60 Hz, Single phase is preferred. 3-phase primary power is acceptable. The amplifier shall have the following remote capabilities: GPIB/IEE-488, RS-232, USB 2.0. The amplifier shall have a safety interlock of a 15 pin Subminiature D connector. A safety interlock that is adaptable to a 15-pin Subminiature D connector is also acceptable. The maximum weight of the amplifier shall be 110 kg (242 lb). The mismatch tolerance of the amplifier shall be 100% of rated power up to 6.0:1 load mismatch. The amplifier shall be able protect itself and operate with any load impedances including direct short and open load impedances. The amplifier's third order intercept point shall be 63 dBm or higher. The amplifier shall have modulation capability to be able to faithfully reproduce AM, FM, and Pulse modulation that is on the input signal. The amplifier's maximum noise figure shall be 8 dB. The amplifier's maximum harmonic distortion shall be -20 dBc. The amplfier's input impedance shall be 50 ohms. The amplfier's output impedance shall be 50 ohms. The amplifier shall be able to operate with a primary power voltage from 120 to 240 VAC. The amplifier shall have type quote mark N quote mark input and output connectors on the rear panel CLIN 002: Contractor shall include shipping charges to: W262 U.S. Army Research Laboratory 2800 POWDER MILL ROAD ADELPHI Maryland 20783-1145, USA Tel: 301-394-3427 (vi) Description of requirements: 1.One (1) Power Amplifier IAW the attached Salient Characteristics (vii) Delivery is required within thirty (30) days after receipt of order (ARO). Delivery shall be made to the Army Research Laboratory (ARL), Adelphi MD. Acceptance shall be performed at the ARL, Adelphi, MD. The FOB point is the U.S. ARL, APG, MD. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation as described in the Salient Characteristics and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. This includes the class of the amplifier. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Price will be evaluated based on the total proposed price, including options, (if any). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013), 52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES(JAN 2014), 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999), 52.222-26 EQUAL OPPORTUNITY(MAR 2007), 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES(JUL 2014), 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011), 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASE (JUN 2008), 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATIONS (DEC 2012), 52.232-30 INSTALLMENT PAYMENTS FOR COMMERCIAL ITEMS (OCT 1995), 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013), 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013). (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all local clauses can be found in the attached ACC-APG Adelphi Local Clauses Full Text document): 252.225-7000 Buy American Statute-Balance of Payments Program Certificate (JUN 2012),252.225-7001 Buy American Act and Balance of Payments Program (DEC 2012), 252.232-7010 Levies on Contract Payments (DEC 2006). 52.204-13 System for Award Management Maintenance(Jul 2013), 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran (DEC 2012), 52.252-1 Solicitation Provisions Incorporated by Reference(Feb 1998), 52.252-2 Clauses Incorporated by Reference(FEB 1998), 252.204-7003 Control of Government Personnel Work Product (APR 1992), 252.204-7000 Disclosure of Information (Aug 2013), 252.204-7011 Alternative Line Item Structure (SEP 2011), 252.204-7012 Safeguarding of Unclassified Controlled Technical information (NOV 2013), 252.204-7015 Disclosure of Information to Litigation Support Contractors (FEB 2014), 252.211-7003 Item Unique Identification and Valuation (DEC 2013), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports(JUN 2012). This will be a Firm Fixed Price (FFP) award and the following local clauses apply to this acquisition: 52.004-4409 ACC - APG POINT OF CONTACT (APR 2011) 52.004-4411 TECHNICAL POINT OF CONTACT (DEC 2002) APG-ADL-B.5152.216-4407 TYPE OF CONTRACT (SEP 1999) 52.046-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999) 52.032-4418 TAX EXEMPTION CERTIFICATE (SEP 1999) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 52.005-4401 RELEASE OF INFORMATION BY MANUFACTURERS, RESEARCH ORGANIZATIONS, EDUCATIONAL INSTITUTIONS, AND OTHER COMMERCIAL ENTITIES HOLDING ARMY CONTRACTS (AUG 2006) 52.011-4401 RECEIVING ROOM REQUIREMENTS - APG ALTERNATE I (JAN 2003) AMC-LEVEL PROTEST PROGRAM (JUL 2011) US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE Offeror(s) may access the Adelphi Contracting Division website at: http://www.arl.army.mil/www/default.cfm?page=509 (End of clause) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: Not Aplicable (xv) The following notes apply to this announcement: Prices given in bids shall bein U.S. dollars and valid through the time of payment (30 days after invoicing). (xvi) Offers are due electronically on 03 September 2015, by 11:59 to ariel.m.amey.civ@mail.mil (xvii) For information regarding this solicitation, please contact Ariel Amey 301-394-1081: ariel.m.amey.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/afb643e3230a01257749985ada790257)
 
Place of Performance
Address: U.S. Army Research Laboratory 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
 
Record
SN03861426-W 20150830/150828235346-afb643e3230a01257749985ada790257 (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.