SOLICITATION NOTICE
58 -- Arbitrary Waveform RF Signal Generator
- Notice Date
- 8/4/2006
- Notice Type
- Solicitation Notice
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323
- ZIP Code
- 33621-5323
- Solicitation Number
- H92222-06-R-0040
- Response Due
- 8/14/2006
- Archive Date
- 8/29/2006
- Small Business Set-Aside
- Total Small Business
- Description
- Ref: No: H92222-06-R-0040, Request for Proposal (RFP). This is a combined synopsis/solicitation for proposal of commercial off-the shelf- items prepared in accordance with the format in FAR 12.603-Steamlined Solicitation for Commercial Items, 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. This is a 100% set aside for small business and the size standard is 500 employees. Applicable NAICS Code is 423430; Computer and Computer Peripheral Equipment and Software. US Special Operations Command (USSOCOM), Program Management Office, Reconnaissance & Surveillance (PMO R&S) is seeking an Arbitrary Waveform RF Signal Generator capable of collection, analysis, and synthesis capability to support PMO R&S Special Communications efforts. Components parts of this item include: Portable Arbitrary Waveform VHF/UHF Signal Generator; Baseband Waveform Generator, Upconverter RF Output Section, Signal Acquisition and Laptop Computer with integrated software. The requirement also includes a Signal Set for training purposes. The functional capabilities of this product include: wideband signal generation; wide RF coverage; deep memory; ability to create complex simulated signals; snapshot capture (with off-the-air playback capability) ability to run scenarios and portable (carry on size). Applications for the product must include Jamming, Spoofing, Reconnaissance System Testing and Training. The equipment must, at a minimum, have the following technical specifications and features: Maximum Memory Depth: 4,095 MS, RF Coverage: 3.0 GHz, Maximum Signal Bandwidth 30 MHz, Waveform Time at Maximum Bandwidth: 50 seconds. *** BEGIN CONTRACT LINE ITEMS *** Schedule B U/I QTY U/P Extended Price CLIN 0001-Waveform RF Signal Generator EA 1 _____ ________ Firm Fixed Price (FFP) CLIN 0002- Signal Set EA 1 _____ ________ Firm Fixed Price (FFP) The following additional provisions apply to this acquisition: 1. FAR 52.212-1: Instructions to Offerors-Commercial (no addenda) 2. FAR 52.212-2; Evaluation ? Commercial Items will be used 3. Offerors must comply with FAR 52.212-3; Offeror representations and Certifications- Commercial Items. Representations and certification, which are part of Section K of the contract and any other information concerning your company, will be derived from the ORCA website (https:/orca.bpn.gov). The successful offeror will be required to complete DFARS and SOFARS representations and certifications before award. 4. FAR 52.212-4: Contract Terms and Conditions ? Commercial Items 5. FAR 52.212-5: Contract Terms and Conditions Required to Implement Statutes or Executive Orders. 6. Delivery: 60 days after receipt of order. FOB Destination, acceptance at Destination. 7. Offerors shall be registered and invoicing will be by combo invoice (s) through Wide Area Workflow (WAWF) and use the following WAWF e-mail address: WAWF:SOAL.IIS.INTEL.SOCOM.MIL. *** BEGIN 52.212-2 ADDENDUM - EVALUATION FACTORS *** The Government will award a contract resulting from this synopsis/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 in order of precedence: 1. Conformance with functional capabilities and minimum technical specifications as described above. 2. Price *** BEGIN 52.212-5 ADDENDUM ? REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS *** 52.203-6, Restrictions on Subcontractor Sales to the Government 52.219-6, Notice of Total Small Business Aside, Alternate 1 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 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 Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-1, Buy American Act 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer The Government intends to award a contract without discussions. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11, effective as of 28 July 2006. No telephonic inquiries will be accepted. Proposals should be submitted to Mr. E. J. More, Contracting Officer at moree@socom.mil no later than 14 August 2006, 2:00 PM EST. Address: U.S. Special Operations Command, 7701 Tampa Point Blvd., MacDill AFB, FL, 33621-5323. Point of Contact for information regarding this synopsis/solicitation is Mark Kanuck, Contract Specialist, Phone 813-281-0560, ext. 419, Fax 813-281-2658, and e-mail mark.kanuck@socom.mil
- Place of Performance
- Address: 7701 Tampa Point Blvd, MacDill AFB FL
- Zip Code: 33621-5323
- Country: UNITED STATES
- Zip Code: 33621-5323
- Record
- SN01107368-W 20060806/060804223236 (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 |