SOLICITATION NOTICE
58 -- PROVIDE AIRBORNE SYNTHESIZED TELEMETRY TRANSMITTERS
- Notice Date
- 12/7/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
- ZIP Code
- 32542-6864
- Solicitation Number
- Reference-Number-F33TSI43240100
- Response Due
- 12/17/2004
- Archive Date
- 12/13/2005
- Description
- The Air Armament Center, 46th Test Wing, intends to solicit, negotiate, and award a competitive Firm-Fixed Price contract under FAR Part 12 Acquisition of Commercial Items and FAR Part 13.5 Test Program for Certain Commercial Items, for Airborne Synthesized Telemetry Transmitter with Frequency Selection Code Translator. The government requires fourteen commercial off-the-shelf transmitters that must be true FM and selectable to any IRIG Frequency in 2200.5 MHz to 2299.5 MHZ IAW IRIG standard 106-80. The transmitter must be dual sensitivity selective, two ranges. Range 1 shall be +- 1.25 MHz/1.0 VRMS minimum. Output power must be 10 watts minimum into 50 ohms with VSWR up to 1.5:1. Frequency response must be 10 to 3 MHZ plus or minus 1.0 db. Input power is +28 VDC or minus 4 VDC; 2.5A maximum. Dimensions must be 3.5?L X 2.5?W X 1? max. Without frequency selection code translator. Weight must be 2.0 lbs max. The Translator mounts directly on the top of the transmitter. The translator uses a thumbwheel controlled BCD format to remotely change the transmitter frequency. The thumbwheel setting shall correspond to the last 2 digits of the transmitter output frequency. Translator input power must +28VDC; 25ma max. Dimension must be 3.5?L X 2.5?W X 0.3?H max. weight must be 4 oz max. Transmitter and translator must meet MIL-STD-810. The deviation sensitivity must be in two ranges. Range 1 shall be selected by the grounding pin 9 of the translator power and input connector. Range 2 shall be selected by no connection to pin 9 of the translator power and input connector. Items must comply with the following conditions: 1. Item requested must be an off-the-shelf unit and not in Research and Development. 2. Offerors shall supply a detailed environmental test report verified or conducted by an independent environmental test facility providing airworthiness of the item in accordance with listed environmental specifications. 3. Offerors shall supply a DD Form 1494, Application for Frequency Allocation As required by Frequency Management. 4. Offerors must supply an item to 46 Test Wing/TSII for evaluation prior to contract award. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The reference number is F33TSI43240100. This solicitation is issued as a Request for Quotation (RFQ). The North American Industry Classification System (NAICS) code for this acquisition is 334220, with a small business size standard of 750 employees. Please identify your business size in your response based upon this standard. The requirements are as follows: CLIN 0001. Qty 14. Transmitters, Telemetry, frequency agile 2200.5 to 2299.5 MHZ, 10 Wattss RF output power, TNC RF output connector, dual sensitivity +/- 1.25 MHZ/VRMS, frequency response 10 HZ to 3 MHZ +/- 1.0dB, power/modulation input and frequency select mating connectors with two digit thummbwheel, frequency translator. Southern Microwave P/N: TTX11S-10A/DS or equal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01. FAR 52.212-1, Instructions to Offertory-Commercial Items- (Oct.00), and any addenda to the provision as listed in this notice; 52.212-2, Evaluation-Commercial Items- (Jan.99) Evaluation will be based on the following factors: price and technical (capability of item(s) offered to meet the government?s needs); 52.212-3 Offeror Representations and Certifications-Commercial Items- (May.04) (Offerors must submit a complete copy with their offers. To obtain an electronic copy of 52.212-3, visit the following web site: http://farsite.hill.af.mil, or contact Lillie Alford-Loggins (at the below e-mail address); 52.212-4 Contract Terms and Conditions?Commercial Items- (Feb.02), and any addenda to the provision as listed in this notice; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-(May 02); 52.232-33, Mandatory information for Electronic Funds Transfer payments- (May 99); 52.247-34, F.O.B Destination-Nov, 91; 25.247-29 F.O.B Origin -(Jun 88); 52.252-2, Clauses Incorporated By Reference-Feb.98 (http://farsite.af.mil); 252.225-7001-Buy American Act and Balance of Payments Program (Mar 98); DFARS, 252.204-7004, Required Central Contractor Registration (CCR)- (Nov.01); 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items- (Jul.02). To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. The quote format is at the discretion of the offeror. All responses must be received no later than 17 Dec 04, 10:00 A.M., Central Standard Time. Send all quotations to Lillie Alford-Loggins, 205 West D. Avenue, Suite 541, Eglin AFB, FL 32542-6864, or by facsimile to 850-882-4916, or by E-mail at lillie.loggins@eglin.af.mil.
- Record
- SN00717860-W 20041209/041207211803 (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 |