Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2006 FBO #1670
MODIFICATION

58 -- Amplifiers

Notice Date
6/21/2006
 
Notice Type
Modification
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 305 Blue Jay St, Bldg 1033, Shaw AFB, SC, 29152-5004
 
ZIP Code
29152-5004
 
Solicitation Number
FA4803-06-Q-A135
 
Response Due
6/30/2006
 
Archive Date
7/8/2006
 
Point of Contact
Anne Baker, Contract Specialist, Phone 803-895-6375, Fax 803-895-6019, - Nadine Catania, Contracting Specialist, Phone 803-895-6104, Fax 803-895-6019,
 
E-Mail Address
anne.baker@shaw.af.mil, nadine.catania@shaw.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
"The purpose of this amendment is to (1) delete the original specifications and add revised specifications dated 21 June 2006, (2) post answers to technical questions submitted by interested vendors, (3) extend the quote due date to 30 June 2006. The revised specifications are included in the description below. When interested vendors submit their quote, the offeror shall acknowledge their receipt of this amendment that includes the revised specifications dated 21 June 2006, the technical questions and answers, and the revised quote due date of 30 June 2006." The 20th Contracting Squadron, Shaw AFB, S.C. is requesting a quote on the following items: (50 each) 19 inch rack mountable Power Amplifier with the following revised specifications dated 21 June 2006: Power Input: 1-4 watts input power adjustable; Power Output: 150-300 watts adjustable (must be field adjustable from 150-300 watts); Frequency Range: 30-88 MHz continuous broadband operation; Mode: FM/CW; Voltage: 120/240 VAC 50/60 Hz power supply; T/R Relay: Mechanical TR Relay or any means of providing a bypass path for RF for the receive function while it is not enabled; RF connector type: Type N connector?s 50 ohms impedance; Cooling: Forced Fan; Remote Monitoring: Remote monitoring capable of SWR, over temp, low power, fan failure; Front panel Display: Front panel digital display and LED indicators; Operating Temperature: -30C to +50C ambient; Duty Cycle: Continuous duty cycle; Warranty: 2 year warranty; Mounting: 19 inch rack mountable; Weight: 75 pounds or less; (3) Provided below are answers to the technical questions submitted by interested vendors. QUESTIONS AND ANSWERS TO RFQ FA4803-06-Q-A135: QUESTION #1: Interested party asked for more complete specifications for the items. ANSWER TO QUESTION #1: Please see revised specifications, dated 21 June 2006, inserted into existing RFQ announcement. QUESTION #2: The purpose of the ?mechanical relay? is not clear. ANSWER TO QUESTION #2: The mechanical relay is a TR Relay or any means of providing a bypass path for RF for the receive function while it is not enabled. QUESTION #3: Would it be possible to receive a part number or manufacturer for the Amplifiers for this requirement? ANSWER TO QUESTION #3: The part number of the amplifier for the original specifications is PA2-2AF-HMS-AF. The manufacturer is TPL Communications. However, the revised specifications do not require offeror?s to provide this particular part number or manufacturer specific model. Any amplifier that meets the revised technical specifications will be considered for technical capability to meet the customer?s requirement needs. QUESTION #4: Interested party would like to know if the part number given (PA2-2AF0HMS-AF) is a previously used unit and what is the manufacturer it was if so? ANSWER TO QUESTION #4: See Answer to Question #3. QUESTION #5: Is there a particular shock profile or MIL-Spec this unit must conform to? ANSWER TO QUESTION #5: There is no particular shock mount profile. QUESTION #6: Is this for an airborne or ground based vehicle? ANSWER TO QUESTION #6: This amplifier is mounted in a standard 19? rack inside a communications shelter. This is not a mobile or vehicle amplifier. QUESTION #7: If the unit is for an aircraft, are there some additional specifications such as operational altitude as well as shock and vibration? ANSWER TO QUESTION #7: See Answer to Question #6. QUESTION #8: What quantities should be offered? ANSWER TO QUESTION #8: Quantities should be 50 each. The solicitation number for this procurement is FA4803-06-Q-A135 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-09, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20060519 and Air Force Acquisition Circular (AFAC) 2006-0515. For informational purposes the North American Industry Classification System code is 334220. The basis on which award will be made will be price and technically acceptable. This requirement is set a-side 100% for small business. Facsimile and electronic mail Proposals will be accepted. Quote shall also contain all other documentation specified herein. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Period of Acceptance for Offerors: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. The following FAR provisions also apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items. The RFQ should be submitted and shall contain the following information: RFQ number, time specified for receipt of offers, name, address, telephone number of offeror, terms of the expressed warranty, price, any discount terms and acknowledgement of all solicitation amendments (if applicable). Evaluation/Award: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation once an evaluation has been accomplished. Go to the attached hyperlink, (http://www.farsite.hill.af.mil/), to down load the FAR Clause 52.212-3 due to its length (12 pages). If you have completed the representation and certifications electronically at http://orca.bpn.gov annually then only paragraph (j) need to completed. If you have not completed the ORCA website then paragraphs (b) through (i) must to be completed. You must complete the forms as necessary and submit them along with your pricing information. The following clauses are hereby incorporated by reference: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payments, FAR 5352.201-9101 Ombudsman. The Ombudsman clause states final resolutions for this acquisition if one cannot be reached with the contracting officer will be made at the MAJCOM/DRU level. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, and DFARS 252.232-7003 Electronic Submission of Payment Requests. All offers are due no later than 30 June 2006 at 9:00 a.m. EST. Quotations may be submitted via e-mail to nadine.catania@shaw.af.mil or faxed to 803-895-6104. For all questions or concerns contact Ms Anne Baker via email to anne.baker@shaw.af.mil. NOTE: For payment purposes offerors must be registered in the Central Contract Registry prior to receiving any award. Please see web site http://www.ccr.dlsc.dla.mil/ for information on how to register or call 1-888-227-2423. Registration in Wide Area Work Flow (WAWF) is mandatory for submitting invoices.
 
Place of Performance
Address: 609th ACOMS/SCM, 846 Dryden Way, Bldg 1918, Shaw AFB, SC
Zip Code: 29152
Country: United States
 
Record
SN01074573-W 20060623/060621220634 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.