Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
SOLICITATION NOTICE

59 -- Multiple coaxial RF connectors and adapters to adapt to a variety of RF instrumentation - Package #1

Notice Date
9/10/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335931 — Current-Carrying Wiring Device Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC-APG - Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-15-T-0366
 
Archive Date
9/29/2015
 
Point of Contact
Swati Jain, Phone: 3013940045
 
E-Mail Address
swati.jain2.civ@mail.mil
(swati.jain2.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ACC-APG Local Caluse Combo Solicitation COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 59 2. NAICS Code: 335931 3. Subject: Multiple coaxial RF connectors and adapters to adapt to a variety of RF instrumentation 4. Solicitation Number: W911QX-15-T-0366 5. Set-Aside Code: Small Business 6. Response Date: 9/14/2015 7. Place of Delivery/Performance: US Army Contracting Command - APG Adelphi Contracting Division WHITE SANDS MISSILE RANGE NM 88002 8. (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-0366. This acquisition is issued as an request for quotation (RFQ) (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 (iv) The associated NAICS code is 335931. The small business size standard is 500 employees. (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: Multiple coaxial RF connectors and adapters to adapt to a variety of RF instrumentation (vi) Description of requirements: Precision N female to N female adapater with an impedance of 50 Ohms for both connectors. Frequency requirement of DC to 18GHz with a maximum VSWR of 1.5:1. Quantity: 50 Bulkhead N Female to N Female Adapater with an impedance of 50 Ohms for both connectors. Frequency requirement of DC to at least 6GHz with a maximum VSWR of 1.5:1. Quantity: 50 50 Ohm N Female to 75 Ohm F Male Adapter. Frequency requirement of DC to 250MHz with a maximum VSWR of 1.5:1. Quantity: 10 50 Ohm N Male to 75 Ohm F Female Adapater. Frequency requirement of DC to 250Mhz with a maximum VSWR of 1.5:1. Quantity: 10 N Male to N Female Right Angle Adapter with an impedance of 50 Ohms for both connectors. Frequency requirement of DC to 11GHz with a maximum VSWR of 1.5:1. Quantity: 30 N Male to N Male Right Angle Adapter with an impedance of 50 Ohms for both connectors. Frequency requirement of DC to 11GHz with a maximum VSWR of 1.5:1. Quantity: 3 N Female to N Female Right Angle Adapter with an impedance of 50 Ohms for both connectors. Frequency requirement of DC to 11GHz with a maximum VSWR of 1.5:1. Quantity: 3 3.5mm Female to N Male Adapter with an impedance of 50 Ohms for both connectors. Frequency requirement of DC to 18GHz with a maximum VSWR of 1.3:1. Quantity: 30 3.5mm Female to N Female Adapter with an impedance of 50 Ohms for both connectors. Frequency requirement of DC to 18GHz with a maximum VSWR of 1.3:1. Quantity: 30 3.5mm Male to N Male Adapter with an impedance of 50 Ohms for both connectors. Frequency requirement of DC to 18GHz with a maximum VSWR of 1.3:1. Quantity: 30 3.5mm Male to N Female Adapter with an impedance of 50 Ohms for both connectors. Frequency requirement of DC to 18GHz with a maximum VSWR of 1.3:1. Quantity: 30 3.5mm Female to 3.5mm Female Adapter with an impedance of 50 Ohms for both connectors. Frequency requirement of DC to 18GHz with a maximum VSWR of 1.3:1. Quantity: 10 SMA Male to 3.5mm Male Adapter with an impedance of 50 Ohms for both connectors. Frequency requirement of DC to 18GHz with a maximum VSWR of 1.3:1. Quantity: 10 SMA Male to 3.5mm Female Adapter with an impedance of 50 Ohms for both connectors. Frequency requirement of DC to 18GHz with a maximum VSWR of 1.3:1. Quantity: 10 2.4mm Male to N Female Adapter with an impedance of 50 Ohms for both connectors. Frequency requirement of DC to 18GHz with a maximum VSWR of 1.3:1. Quantity: 10 2.4mm Female to N Female Adapter with an impedance of 50 Ohms for both connectors. Frequency requirement of DC to 18GHz with a maximum VSWR of 1.3:1. Quantity: 10 50 Ohm 2 Watts Precision N Male RF Load. Frequency requirement of DC to 18GHz with a maximum VSWR of 1.5:1. Quantity: 10 SMA Female to SMA Female Bulkhead Adapter with an impedance of 50 Ohms for both connectors. Frequency requirement of DC to 18GHz with a maximum VSWR of 1.5:1. Quantity: 10 50 Ohm 1 Watts Precision SMA Male RF Load. Frequency requirement of DC to 18GHz with a maximum VSWR of 1.5:1. Quantity: 10 (vii) Delivery is required within four (4) weeks of award. Delivery shall be made to White Sands Missile Range NM 88002. Acceptance shall be performed at White Sands Missile Range NM 88002.The FOB point is Destination. (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: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical and Price. The Technical element of the evaluation will first be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. Those offers that meet or exceed the stated performance characteristics and specifications will then be evaluated in terms of technical aspects above the minimum requirements and of those aspects not addressed in the solicitation performance characteristics and specifications that would be most beneficial to the Government. In particular, the Government is willing to trade-off on price for offerors that exceed the following performance characteristics/specifications and/or delivery time: Willing to pay more for stainless steel connectors to operate at a higher frequency up to 18GHz and to lower the voltage standing wave ratio (VSWR), for example, for the following connectors being requested: N Male to N Female Right Angle Adapter with an impedance of 50 Ohms for both connectors. Frequency requirement of DC to 11GHz with a maximum VSWR of 1.5:1. Quantity: 30 N Male to N Male Right Angle Adapter with an impedance of 50 Ohms for both connectors. Frequency requirement of DC to 11GHz with a maximum VSWR of 1.5:1. Quantity: 3 N Female to N Female Right Angle Adapter with an impedance of 50 Ohms for both connectors. Frequency requirement of DC to 11GHz with a maximum VSWR of 1.5:1. Quantity: 3 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 or exceeds the performance characteristics and specifications of the requirement. 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). Technical performance is significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions (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 (AUG 2013) 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUL 2013) 52.222-3 CONVICT LABOR (JUN 2003) 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 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (OCT 2010), 52.222-50 - Combatting Trafficking in Persons 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011) 252.225-7035 Buy American - Free Trade Agreements - Balance of Payments Program Certificate (with Alternate I) 252.225-7036 Buy American - Free Trade Agreements - Balance of Payments Program 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUNE 2012) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2014) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (JUN 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): 52.204-7 System for Award Management 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation 52.233-3 Protest After Award 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated By Reference 252.204-0009 Contract-wide: By Fiscal Year 252.204-7000 Disclosure of Information 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 52.004-4409 ACC - APG POINT OF CONTACT (APR 2011); 52.016-4407 TYPE OF CONTRACT (SEP 1999); 52.032-4418 TAX EXEMPTION CERTIFICATE (SEP 1999) 52.046-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999); 52.005-4401 RELEASE OF INFORMATION BY MANUFACTURERS, RESEARCH ORGANIZATIONS, EDUCATIONAL INSTITUTIONS, AND OTHER COMMERCIAL ENTITIES HOLDING ARMY CONTRACTS (AUG 2006); 52.211-4401AT RECEIVING ROOM REQUIREMENTS - WSMR ALTERNATE II (JAN 2005) APG-ADL-L.5152.203-4440 AMC-LEVEL PROTEST PROGRAM (JUL 2011) APG-ADL-L.5152.215-4441 US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on 14 September 2015, by 11:59PM, at swati.jain2.civ@mail.mil. (xvii) For information regarding this solicitation, please contact Swati Jain, (301)394-0045, swati.jain.civ@mail.mil. Please note: NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/092fb560d84bdd6ab2414ed229817a4a)
 
Place of Performance
Address: White Sands Missile Range, White Sands Missile Range, New Mexico, 8802, United States
 
Record
SN03880249-W 20150912/150911000233-092fb560d84bdd6ab2414ed229817a4a (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.