Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2007 FBO #2103
MODIFICATION

58 -- MULTI-MODE 10 WATT S-BAND TRANSMITTER

Notice Date
8/28/2007
 
Notice Type
Modification
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F1S0AF7194B001
 
Response Due
8/31/2007
 
Archive Date
9/15/2007
 
Point of Contact
Judy Pace, Contractor Specialist, Phone 661-277-9559, Fax 661-277-0470, - Cynthia Randall, Contract Specialist, Phone 661-277-8450,
 
E-Mail Address
judy.pace@edwards.af.mil, cynthia.randall@edwards.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The reason for this amendment is to change the P/N from HM-T2314-10-1S1-P1 to HM-T2814-10-1S1-P1. Open Competition ? Combined Synopsis/Solicitation ? This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-19 and DFARs Change Notice (DCN) 20070802. NAICS is 334220 with a small business size standard of 750 employees. Solicitation is for commercial purchase of Brand Name or Equal. This acquisition is a 100% small business set aside. AFFTC/PKD, Edwards Air Force Base, CA is seeking potential sources capable of providing the following item: (16ea) MFR: L-3 NOVA ENGINEERING, HYPERMOD MMT28 MULTI-MODE 10 WATT S-BAND TRANSMITTER WITH FEC ENCODER REQUIREMENTS: The Air Force Flight Test Center (AFFTC), F-22A flight test program has a requirement for 16 each of hypermod transmitter, P/N HM-T2814-10-1S1-P1, 10 watt S-band, multi-mode transmitter with Forward Error Correction ? Turbo Product Code (FEC-TPC). These telemetry transmitters will be used for the F-22A program; therefore, they must be identical in form, fit and function including all transmitter connectors with existing hypermod 14 cubic inch, 10 watt multi-mode S-band transmitters currently in use by Edwards AFB, CA. These transmitters must also include the Nova Engineering FEC-TPC encoding format and must be manufactured in accordance with ISO 9001 and AS 9100 manufacturing standards. The following are the specifications: must be able to transmit 10 watts minimum of RF output in all modes and all operating conditions; must exactly match the size, weight, mounting holes and connectors of the Nova Engineering 10 watt-S-band transmitters currently in use at Edwards AFB, CA; must be able to transmit multiple Advanced Range Telemetry waveforms: ARTM Tier II (Multi-h CPM), Tier I (SOQPSK), and Tier 0 (PCM/FM); must be able to transmit data rates to 27.8 Mbps in SOQPSK; must have a spectral mask that meets or exceeds IRIG 106-06 telemetry standards; must include Forward Error Correction encoder compatible with Nova Engineering demodulators to enhance link margin; must be designed and manufactured in a ISO9001:2000 and AS9100 certified facility and must be distinctive in their ability to take full advantage of the spectrally efficient ARTM Tier I (SOQPSK) and ARTM Tier II (Multi-h CPM) waveforms as well as the widely used ARTM Tier 0 (PCM/FM or CPFSK) waveform. Hypermod with this ARTM Tier I waveform has been proven to effectively use only one-half of the channel bandwidth of the Tier 0 waveform and supports data rates up to 27.8 Mbps. Delivery: 16-18 WARO Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524. The following provisions and clauses apply: Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS (NOV 1995). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu, <http://orca.bpn.gov/help.aspx>. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this 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: (i) technical capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.219-8 Utilization of Small Business Concerns 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 252.212-7000 Offeror Representations and Certifications--Commercial Items 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.211-6 Brand Name or Equal 52.212-4 Contract Terms and Conditions ? Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 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 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101 Ombudsmen
 
Place of Performance
Address: EDWARDS AFB CA
Zip Code: 93524
Country: UNITED STATES
 
Record
SN01387524-W 20070830/070828221340 (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.