SOLICITATION NOTICE
59 -- Non-Reflective Pin Diode Switches
- Notice Date
- 11/5/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-05-T-0011
- Response Due
- 11/12/2004
- Archive Date
- 1/11/2005
- Small Business Set-Aside
- N/A
- Description
- : (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 W911QX05T0011. This acquisition is issued as a request for proposal (RFQ). (iii)The solicitation document and incorporated provisions and claus es are those in effect through Federal Acquisition Circular 2001-25. (iv) The North American Industry Classification System (NAICS) code is 334419. (v) Item and specifications: Description: Pin Diode Switches, SP2T type. Isolation: 60 dB minimum. Input power: 1 W average or better. Maximum VSWR: 2:1 Frequency Range: 1 - 6 GHz or better. Operating Temperature: -40 C to +100 C or better. Insertion Loss: 2.0 dB maximum. DC Power required: Any two of the following: +5 VDC, -5 VDC, +15 VDC, -15 VDC. Control Input: Integral TTL Driver. Dual logic preferred. Switching Speed: 100 nS maximum. Connectors: SMA Female on input and outputs. Solder pin for TTL and DC power. Absorptive (non-reflective) is strongly desired. Quantity: 40 each. Delivery is required no later than 60 days after award to Origin: US Army Research Laboratory, Bldg 1646, White Sands Missile Range, NM 88002-5513. (vii) The following FAR provisions/clauses apply: 52.212-1, Instructions to Offerors -- Commercial, 52.2 12-2, Evaluation -- Commercial Items and Criteria, 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. The following DFAR clauses apply: 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items. (viii) The provision at FAR 5 2.212-2, Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. Technical and past performance are of equal importance and when combined are significantly more important than price. The technical evaluation will be a determination as to whether the proposed product meets the technical specifications based upon information furnished by the vendor. The governme nt 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 materials (such as cuts, illustrations, d rawings, or other information) necessary for the government to determine whether the product meets the technical requirements. If the vendor proposes to modify a product so as to make it conform to the requirements of the solicitation, the vendor shall in clude a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Contractor shall submit technical specifications/salient characteristics of furnace system and a listing of required utilities. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertis ed by the offeror, past record of meeting delivery schedules and service/maintenance reputation. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and phone number. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The governm ent reserves the right to make an award without discussions. (ix) Offerors shall include a completed copy of the provision at FAR 52.212-3 Offeror Representation and Certifications - Commercial Items and DFARS 252.212-7000, Offeror Representation and cer tifications with its offer. (x) Offerors are due by COB on 12 November 2004 to bgerace@arl.army.mil. (xii) For information regarding this solicitation, please contact Gloria Mormon, Contracting Specialist at gmormon@arl.army.mil.
- Place of Performance
- Address: RDECOM Acquisition Center - Adelphi ATTN: AMSSB-ACC-AW WHITE SANDS MISSILE RANGE WSMR NM
- Zip Code: 88002-5513
- Country: US
- Zip Code: 88002-5513
- Record
- SN00704768-W 20041107/041105212136 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |