Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2017 FBO #5682
MODIFICATION

70 -- Master Control Room - Fiber Interface

Notice Date
6/12/2017
 
Notice Type
Modification/Amendment
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9302-17-P-K057
 
Archive Date
6/29/2017
 
Point of Contact
Thomas A. Prothro, Phone: 6612777018, Monika B. Masei, Phone: 6612777708
 
E-Mail Address
thomas.prothro@us.af.mil, monika.masei@us.af.mil
(thomas.prothro@us.af.mil, monika.masei@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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. (ii) Solicitation Number: FA9302-17-P-K057 This solicitation is issued as a request for quote (RFQ) (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-95 & DPN 20161222. (iv) This requirement is set-aside 100% for small businesses. Small Business Size Standard: (a) NAICS: 334418 (b) NR OF EMPLOYEES: 750 (v) CLIN, ITEM, QTY, UNIT, Period of Performance 0001, SIGNAL CONVERTER INTERFACE UNIT, 1, LOT, 1 AUG 2017 (vi) Description of items to be acquired The system shall provide for the fiber conversion and regeneration of, at a minimum, 3 telemetry streams, each consisting of synchronous data and clock from 100bps to 20Mbps, 2 IRIG-B 1kHz analog signals, and 2 NTSC analog video signals up to 10MHz. The system shall interface directly with 50/125 multi-mode fiber optic cables via SC connectors, and utilize a maximum of 7 fiber optic pairs. The system shall interface with the electrical signals via BNC connectors. The system shall have a redundant power supply. The system shall be able to power all conversion modules in a single 19" rack frame, taking up no more that 3.5" of vertical rack space. Performance Objectives: A. Provide the capability to convert electrical signals, with a BNC connector interface, with the following characteristics, into 50/125 multi-mode fiber, via an SC connector, and back again: i. 3 channels of NRZ with data rates at least as low as 100 kbps to at least as high as 20 Mbps ii. 2 channels of IRIG-B, 1 kHz analog iii. 2 channels of NTSC analog video, up to 10 MHz B. Provide the signals transport utilizing, at most, 7 fiber optic pairs C. Provide the capability to drive the fiber optic signal at least 200 meters D. Provide the capability of upgrading to 6 channels of NRZ and 4 channels of NTSC video with the same chassis, utilizing at most 5 more fiber optic pairs E. Provide 19" rack mounting capability F. Provide the capabilities with 2 rack mount units, 1 at each end of the fiber, with each unit consuming no more than 2 rack units (3.5") of vertical space. G. Provide a redundant power supply with automatic fail-over H. Provide for the each rack mount unit to be powered by 115 VAC, 60 Hz, 20 A source power. **Please provide the full contract number on all packages** Ship Address to: 412 CS/IT WAREHOUSE ATTN: F9-2017-070 TPS-4584111 45 N. WOLFE AVE BLDG 3930 EDWARDS AFB, CA 93524 (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 0900 PST 14 JUNE 2017 via electronic mail to: Thomas Prothro at thomas.prothro@us.af.mil and Monika Masei at monika.masei@us.af.mil (a) Provide Cage code when submitting Bid (ix) 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; (b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. OTHER FAR CLAUSES AND PROVISIONS FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (Jan 2017) FAR 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (Oct 2014) FAR 52.212-4 Contract Terms and Conditions--Commercial Items (Jan 2017) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jan 2017) FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.222-19 Child Labor--Cooperation With Authorities and Remedies (Oct 2016) FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 Equal Opportunity (Sep 2016) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014) FAR 52.222-50 Combating Trafficking in Persons (Mar 2015) FAR 52.223-18 Encouraging Contractor Policies to Ban Text-Messaging While Driving (Aug 2011) FAR 52.225-1 Buy American Act--Supplies (May 2014) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act (May 2014) FAR 52.225-3 Alt I Buy American Act--Free Trade Agreements--Israeli Trade Act (May 2014) FAR 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Jul 2013) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 2016) DFARS 252.211-7003 Item Identification and Valuation (Mar 2016) DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7000 Buy American Statute--Balance of Payments Program Certificate (Nov 2014) DFARS 252.225-7001 Buy American and Balance of Payments Program (Dec 2016) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (May 2013) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.244-7000 Subcontracts for Commercial Items (Jun 2013) DFARS 252.246-7008 Sources of Electronic Parts (Oct 2016) DFARS 252.247-7023 Transportation of Supplies by Sea (Apr 2014) AFFARS 5352.201-9101 Ombudsman (Jun 2016) (xiii) Additional Contract Requirement or Terms and Conditions: N/A (xiv) Defense Priorities and Allocation System (DPAS): N/A (xv) Proposal Submission Information: All questions or comments must be sent to Thomas Prothro at thomas.prothro@us.af.mil, Monika Masei at monika.masei@us.af.mil, and Michele Cameron at michele.cameron@us.af.mil. NLT 7 JUNE 2017. Offers are due by 1200 PST 14 JUNE 2017 via electronic mail. (xvi) For additional information regarding this solicitation contact: Thomas Prothro at thomas.prothro@us.af.mil, Monika Masei at monika.masei@us.af.mil, and Michele Cameron at michele.cameron@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-17-P-K057/listing.html)
 
Record
SN04541610-W 20170614/170612235301-4bad5547e6c86760f5850ebd80d39d9a (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.