Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2005 FBO #1335
SOLICITATION NOTICE

59 -- DELAY LINE WITAH EQUALIZER AND ISOLATERS

Notice Date
7/21/2005
 
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-0131
 
Response Due
8/8/2005
 
Archive Date
10/7/2005
 
Small Business Set-Aside
N/A
 
Description
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; propo sals are being requested and a written solicitation will not be issued. The Government intends to award this requirement on a Sole Source Basis to Teledyne Wireless, 1274 Terra Bella Avenue, Mountain View, CA 94043-1885. Items to be acquired are direct re placement parts for the QRC 335x ECM systems. Pursuant to FAR 6.302-1, Only One Responsible Source The solicitation number is W911QX-05-T-0131. This is not a request for competitive quotes, however, all responsible sources may submit a quotation which sh all be considered. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. The associated NAICS code is 334419. The small business size standard is 500 Employees. The following i s a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001  Delay Line Center Frequency: 5.5 GHz, Bandwidth: 1000 MHz, Time Delay: 0.4000+0.011 Microseconds; Insertion Loss: 50 D B Maximum; TTS: 30 DB Minimu;, VSWR 1.8:1 Maximum; Power 500/500 MW Maximum (Peak / Average); Environment: 0?C to +85?C -54?C to +85?C Operating Non-Operating, Connectors: SMA Female; Approximate Size: 285X50X25 Millimeters. CLIN 0002 - Delay Line C enter Frequency: 5.5 GHz, Bandwidth: 1000 MHz, Time Delay: 0.8000+0.011 Microseconds; Insertion Loss: 70 DB Maximum; TTS: 30 DB Minimu;, VSWR 1.8:1 Maximum; Power 500/500 MW Maximum (Peak / Average); Environment: 0?C to +85?C -54?C to +85?C Operating Non-Operating, Connectors: SMA Female; Approximate Size: 290X50X25 Millimeters. CLIN 0003 - Delay Line Center Frequency: 5.5 GHz, Bandwidth: 1000 MHz, Time Delay: 1.000+0.011 Microseconds; Insertion Loss: 50 DB Maximum; TTS: 30 DB Minimu;, VSWR 1.8:1 Maximum; Power 500/500 MW Maximum (Peak / Average); Environment: 0?C to +85?C -54?C to +85?C Operating Non-Operating, Connectors: SMA Female; Approximate Size: 295X50X25 Millimeters. CLIN 0004 - Delay Line Center Frequency: 5.5 GHz, Bandwidth: 1000 MHz , Time Delay: 2.000+0.012 Microseconds; Insertion Loss: 50 DB Maximum; TTS: 30 DB Minimu;, VSWR 1.8:1 Maximum; Power 500/500 MW Maximum (Peak / Average); Environment: 0?C to +85?C -54?C to +85?C Operating Non-Operating, Connectors: SMA Female; Approx imate Size: 305X50X25 Millimeters. CLIN 0005 - Delay Line Center Frequency: 5.5 GHz, Bandwidth: 1000 MHz, Time Delay: 4.000+0.014 Microseconds; Insertion Loss: 70 DB Maximum; TTS: 30 DB Minimu;, VSWR 1.8:1 Maximum; Power 500/500 MW Maximum (Peak / Ave rage); Environment: 0?C to +85?C -54?C to +85?C Operating Non-Operating, Connectors: SMA Female; Approximate Size: 330X50X25 Millimeters. Description of requirements: N/A. Delivery is required by December 19, 2005 Delivery shall be made to ARL/WSMR, White Sands Missile Range, NM 88002. Acceptance shall be performed at White Sands Missile Range, NM. The FOB point is FOB Destination WSMR. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following adde nda have been attached to this provision: NONE. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Co mmercial Items, with its offer. N/A. 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. The clause at 52.212-5, Contract Terms and Condit ions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.222-36, Affirmative Action for Workers with Disabilities., 52-222.37, Employment Reports on Special Dis abled Veterans, Veterans of the Vietnam Era, and Other Eligible Veteran, 52.204-7, Central Contractor Registration (OCT 2003), 52.204-8 Annual Representations And Certifications(JAN 2005), 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items. 252.225-7001, Buy American Act and Balance of Payments Program (MAR 1998) (41 U.S.C. 10a-10d, E.O. 10582), 252.227-7015, Technical Data-Commercial Items (NOV 1995), 252.22 7-7037, Validation of Restrictive Markings on Technical Data (SEP 1999). 252.232-7003 Electronic Submission of Payment Requests(JAN 2004). The following additional contract requirement(s) or terms and conditions apply: The government is not responsible for locating or securing any information, which is not identified in the proposal. Contractor shall submit technical specifications/salient characteristics of Delay Lines. Offerors must include records of three recent sales and identify a point of contact f or 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 government reserves the r ight to make an award without discussions. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. The following notes apply to this announcement: N/A. Offers are due on August 8,2005, by 11:00 am MST at _US Arm y RDECOM Acquisition Center, RDECOM ACQ CTR-WSMR Branch, Building 1624, Room 219, White Sands Missile Range, NM 88002-5513. For information regarding this solicitation, please contact Gloria Mormon, Contracting Specialist, 505-678-0697 or gmormon@arl.army .mil
 
Place of Performance
Address: RDECOM Acquisition Center - WSMR ATTN: AMSRD-ACC-AW, BLDG 1624 WSMR NM
Zip Code: 88002-5513
Country: US
 
Record
SN00852013-W 20050723/050721212242 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.