Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2009 FBO #2680
SOLICITATION NOTICE

59 -- VHF COMMUNICATIONS ANTENNAS

Notice Date
3/27/2009
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Space and Naval Warfare Systems Command, SPAWAR Systems Center Charleston, P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236-09-R-0072
 
Response Due
4/2/2009
 
Archive Date
5/2/2009
 
Point of Contact
Point of Contact - Tiffany C Boatwright, Contract Specialist, 843-218-3221; Tiffany C Boatwright, Contracting Officer, 843-218-3221<br />
 
Small Business Set-Aside
N/A
 
Description
Amendment 0003: The purpose of this amendment is re-open the solicitationand to increase the quantity of units. Please provide a quotation/proposal or revised quotation/proposal for 65-75 units instead of 25 units. The proposal due date is hereby extended to 1800 02 April 2009. Amendment 0002- The following amendment is to answer questions and change two part onmidirectional antenna to two port omnidirectional antenna. The proposal due date and time is not extended. Questions and Answers Question 1. You make reference to the "Antenna" (singular) should operate at 200 watts, should be lightweight, etc. You also list top and bottom radiator dimensions not to exceed "36" and "69" respectively. Can you confirm that the solicitation is for (1) antenna system which employs (2) separately functioning antennas operating in the specified frequency range, with (2) separate antenna cabling assemblies, each one feeding the (2) separately functioning antennas? In other words, one antenna assembly with (2) independent antennas covering the 30-88 MHz range, one stacked on top of the other one? Answer: The understanding above is one alternative technical solution that will meet the specifications; however, the Government's requirement is for a commercial two port omnidirectional antenna (singular) mounted in a stacked configuration. Question 2. The reason for clarification is that you have different max sizes for the top and bottom radiators and refer to the assembly in the singular. If you want (2) antennas similarly designed, I would presume that the difference in radiator lengths is to limit the overall size? Answer 2: As stated in Answer 1, the requirement is for one antenna; however, if an alternative proposal is submitted, the overall size limitations remain unchanged. Question 3: Also, are the cable assemblies separate items to be attached at the antenna with surface mounted receptacles on the antenna, or are the cable assemblies to be an integral part of the antenna? Also, if to plug in, are the cable assemblies meant to plug in on the side of the antenna assembly or plug in at the base on the bottom side of the antenna tube. Please advise if there is a preference for design considerations. Answer 3: Either solution identified is technically acceptable; however, the preference is for surface mounted receptacles on the antenna. Question 4: Is this a replacement for an existing antenna in use and are there design drawings available? If not, will the proposed antenna need to go through first article testing. If so, is there a schedule for that upon award? Answer 4: Since this antenna is a commercial item, first article testing will not be performed and drawings are not available. This purchase is not a replacement; however, these antennas will augment antennas currently in use. Those antennas are COM 228 by Atlantic Microwave Division Sensor and Antenna Systems (COBHAM). Question 5: Why the specifications list separate SWR and gain figures for each element? Answer 5: The specifications listed match the specifications of the antenna already in use. See answer 4. Amendment 0001- This amendment is to delete the attachment and include information in the description and change the delivery requirement to 150 days or sooner. 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; proposals are being requested and a written solicitation will not be issued. Solicitation number N65236-09-R-0072 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The Government anticipates awarding a Firm Fixed Price Commercial item type contract in accordance with the procedures detailed in FAR 13.5. This acquisition is being provided under an unrestricted, full-and-open competitive basis. The applicable NAICS code is 334220 with a size standard of 750 Employees. This acquisition is for VHF Communications antennas that operate in the 30-88 MHz frequency range. The antenna shall operate at 200 watts and be vertically polarized with two-port Omnidirectional capability. The required configuration is stackable with an integrated tripod resulting in maximum isolation. The antenna shall be lightweight, easily deployed and easily employed by the end user in carrying cases that protect the equipment during transit and storage. The specifications are as follows: Electrical (Each Antenna) Frequency 30 - 88 MHz Gain Top Radiator -7 to +.5 dBi Bottom Radiator -7 to -1 dBi VSWR Top Radiator 4.25:1 Max Bottom Radiator 3.25:1 Max Isolation 10 db Minimum 20 - 30 dB Typical Impedance 50 Ohms Power 200 Watts Average Polarization Vertical Pattern Azimuth Omnidirectional Elevation Figure Eight Mechanical Total Height Not to Exceed 218 Inches Stowed Size Top Radiator Not to Exceed 36" x 10" Dia Bottom Radiator Not to Exceed 69" x 12" Dia Insulator Not to Exceed 45" x 8" Dia Weight Top Radiator Bag Not to Exceed 15 lbs Bottom Radiator & Insulator Bag Not to Exceed 29 lbs Accessories Bag Not to Exceed 29 lbs Wind 100 mph Temperature -40 to +65 Deg. C Finish Epoxy CARC 383 Green The accessories/installation kit with each antenna shall include (at a minimum): Two (2) 120' Type "N" Cable Assemblies, three (3) sand states, three (3) drive stakes, and three (3) Guying Stay Assemblies. This solicitation is for the purchase of the following line item: CLIN 0001 65-75 each VHF Antenna Required Delivery Date: No later than 150 days after contract award. If delivery will be made sooner, propose soonest possible delivery date. Ship to Address: HQBN Supply 1st Marine Building 33322 Camp Pendleton, CA 92055 Inspection/Acceptance: Government/Destination FOB Destination This is not a DPAS rated requirement. The following provisions and clauses apply to this acquisition: - 52.203-3, Gratuities - 52.203-6, Restriction on Subcontractor Sales to the Government with its Alternate I - 52.212-1, Instructions to Offerors - 52.212-3, Offeror Representation and Certifications-Commercial Items (Offerors must include a completed copy with offer or confirm registration in ORCA) - 52.212-4, Contract Terms and Conditions-Commercial Items - 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items -52.219-8, Utilization of Small Business Concerns -52.219-9, Small Business Subcontracting Plan -52.219-14, Limitations on Subcontracting -52.219-28, Post Award Small Business Program Representation -52.222-3, Convict Labor -52.222-19, Child LaborCooperation with Authorities and Remedies -52.222-21, Prohibition of Segregated Facilities-52.222-26, Equal Opportunity -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 -52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees -52.225-13, Restrictions on Certain Foreign Purchases -52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration -52.247-34, FOB Destination -252.205-7000, Provision of Information to Cooperative Agreement Holders -252.209-7001, Disclosure of ownership or control by the government of a terrorist country -252.211-7003, Item Identification and Valuation -252.212-7000, Offeror Representations and Certifications-Commercial Items (Offerors must include a completed copy with offer or confirm registration in ORCA) -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 and Balance of Payments Program -252.225-7012, Preference for certain domestic commodities -252.226-7001, Utilization of Indian Organizations and Indian-Owned Economic Enterprises-DoD Contracts -252.232-7003, Electronic Submission of Payment Requests -252.247-7023 Transportation of Supplies by Sea (Alt. III) -252.247-7024 Notification of transportation of supplies by sea 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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, lowest price, technically acceptable. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-1, Instructions to offerors, Addenda Submission of Offers: Submit signed and dated offers to the office specified in this synopsis/solicitation at or before the exact time specified in this synopsis/solicitation. Offers may be submitted on SF 1449, letterhead stationery, or as otherwise specified in the synopsis/solicitation. As a minimum, offers must show (1) The solicitation number; (2) The time specified in the synopsis/solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Terms of any express warranty; (5) Price and any discount terms; (6) Delivery date after award (150 days or sooner) (7) "Remit to" address, if different than mailing address; (8) Tax Identification Number (9) A completed copy of the representations and certifications at FAR 52.212-3 and 252.212-7000 or confirm registration in ORCA; (10) Acknowledgment of Synopsis/Solicitation Amendments; (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the synopsis/solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the synopsis/solicitation may be excluded from consideration. (12) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the synopsis/solicitation. The vendor shall provide technical documentation (descriptive literature, specifications, configuration drawings, catalogs, references, etc.) to demonstrate experience to meet all of the minimum requirements. THE FOLLOWING LOCAL CLAUSES ARE INCLUDED: G-317 WAWF INVOICING INSTRUCTIONS (FIXED PRICE CONTRACTS) (VAR 2) (a) "Invoice" as used in this clause does not include contractor's requests for progress payments. (b) The contractor will electronically submit its invoices using the Wide Area Workflow (WAWF) web site located at https://wawf.eb.mil. Please use the WAWF grid (see below) to assist you in entering mandatory data into WAWF. Information listed below in paragraph (c) should be submitted/uploaded as attachments to the invoice. FP Contracts Supply WAWF Table Invoice Type Supply Combo Invoice & Receiving Report Issued by N65236 Admin by DCMA (*) Inspect by N65236 Service Acceptor N65236 (Logistics) LPO N/A Pay by DFAS (*) * To be completed at time of contract award (c) The use of copies of the Material Inspection and Receiving Report (MIRR), DD Form 250, as an invoice, is encouraged. DFARS Appendix F-306 provides instructions for such use. Copies of the MIRR used as an invoice are in addition to the standard distribution stated in DFARS F-401. (d) In addition to the requirements of the Prompt Payment clause of this contract, the contractor shall cite on each invoice the contract line item number (CLIN); the contract subline item number (SLIN), if applicable; the accounting classification reference number (ACRN) as identified on the financial accounting data sheets, and the payment terms. (e) The contractor shall prepare: __ a separate invoice for each activity designated to receive the supplies or services. __ a consolidated invoice covering all shipments delivered under an individual order. X either of the above. (f) If acceptance is at origin or destination, acceptance verification will be made via the WAWF web site. H-359 LIMITED RELEASE OF CONTRACTOR CONFIDENTIAL BUSINESS INFORMATION (NOV 2003) (a) Definition. "Confidential business information," as used in this clause, is defined as all forms and types of financial, business, scientific, technical, economic, or engineering information, including patterns, plans, compilations, program devices, formulas, designs, prototypes, methods, techniques, processes, procedures, programs, or codes, whether tangible or intangible, and whether or how stored, compiled, or memorialized physically, electronically, graphically, photographically, or in writing if -- (1) the owner thereof has taken reasonable measures to keep such information secret, and (2) the information derives independent economic value, actual or potential from not being generally known to, and not being readily ascertainable through proper means by, the public. Confidential business information may include technical data as that term is defined in DFARS 252.227-7013(a)(14), 252.227-7015(a)(4), and 252.227-7018(a)(19). It may also include computer software as that term is defined in DFARS 252.227-7014(a)(4) and 252.227-7018(a)(4). (b) The Space and Naval Warfare Systems Command (SPAWAR) may release to individuals employed by SPAWAR support contractors and their subcontractor's confidential business information submitted by the contractor or its subcontractors pursuant to the provisions of this contract. Business information that would ordinarily be entitled to confidential treatment may be included in the information released to these individuals. Accordingly, by submission of a proposal or execution of this contract, the offeror or contractor and its subcontractors consent to a limited release of its confidential business information. (c) Circumstances where SPAWAR may release the contractor's or subcontractors' confidential business information include the following: (1) To other SPAWAR contractors and subcontractors, and their employees tasked with assisting SPAWAR in handling and processing information and documents in the administration of SPAWAR contracts, such as file room management and contract closeout. (2) To SPAWAR contractors and subcontractors, and their employees tasked with assisting SPAWAR in accounting support services, including access to cost- reimbursement vouchers. (d) SPAWAR recognizes its obligation to protect the contractor and its subcontractors from competitive harm that could result from the release of such information. SPAWAR will permit the limited release of confidential business information under paragraphs (c)(1) and (c)(2) only under the following conditions: (1) SPAWAR determines that access is required by other SPAWAR contractors and their subcontractors to perform the tasks described in paragraphs (c)(1) and (c)(2), (2) Access to confidential business information is restricted to individuals with a bona fide need to possess, (3) Contractors, their subcontractors, and their employees who are granted access to confidential business information have signed an appropriate non- disclosure agreement requiring them to provide the same level of protection to confidential business information that would be provided by SPAWAR employees, (4) Contractors and their subcontractors having access to confidential business information have agreed under their contract or a separate corporate non- disclosure agreement to provide the same level of protection to confidential business information that would be provided by SPAWAR employees, and (5) SPAWAR contractors and their subcontractors performing the tasks described in paragraphs (c)(1) or (c)(2) have agreed under their contract or a separate non-disclosure agreement to not use confidential business information for any purpose other than performing the tasks described in paragraphs (c)(1) and (c)(2). (e) SPAWAR's responsibilities under the Freedom of Information Act are not affected by this clause. (f) If SPAWAR satisfies the conditions listed in paragraph (d), the contractor and its subcontractors agree to indemnify and hold harmless the Government, its agents, and employees from every claim or liability, including attorneys fees, court costs, and expenses, arising out of, or in any way related to, the misuse or unauthorized modification, reproduction, release, display, or disclosure of confidential business information provided by the contractor to the Government. (g) The contractor agrees to include, and require inclusion of, this clause in all subcontracts at any tier that requires the furnishing of confidential business information. L-349, Submission Of Electronic Proposals: (a) Offerors shall also submit their proposals electronically to SPAWAR under the instructions contained in this provision. Offerors shall submit their signed proposals as either scanned ("TIFF") or "PDF" documents. Electronic copies shall be submitted via the SPAWAR E-Commerce Central (SPAWAR E-CC). Offerors submitting electronic proposals (e-Proposals) shall register in the SPAWAR E-CC and select their own password in order to submit a proposal. Offerors are required to read the "Submitting a Proposal?" web page found in the SPAWAR E-CC. For information about "e-Proposal" submission, please visit the SPAWAR E-CC. The URL for the SPAWAR E-Commerce Central is https://e- commerce.spawar.navy.mil. (b) Each electronic file shall also be clearly marked to show the solicitation number and offeror's name. E-Proposal files shall not contain classified data. The offeror's e-proposal shall be in accordance with the requirements set forth below: (1) Adobe Acrobat version 4.01 or greater shall be used to create the "PDF" files. (2) The proposal submission files may be compressed (zipped) into one, ZIP file entitled "PROPOSAL.ZIP" using WinZip version 6.3 or greater. (c) Bids and proposals submitted electronically will be considered "late" unless the bidder or offeror completes the entire transmission of the bid or proposal prior to the due date and time for receipt of bids or proposals. This paragraph (c) supplements the submission, modification and withdrawal of bids and proposals coverage in the FAR 52.212-1 "Instructions to Offerors--Commercial Items", FAR 52.214-7 "Late Submissions, Modifications, and Withdrawals of Bids", FAR 52.214-23 "Late Submissions, Modifications, Revisions, and Withdrawals of Technical Proposals under Two-Step Sealed Bidding", or the FAR 52.215-1 "Instructions to Offerors--Competitive Acquisition" provision contained in the solicitation. The point of contact for information regarding this combined synopsis/solicitation is: Tiffany C. Boatwright, Code 2253TB, (843) 218-3221 or fax (843) 218-5947, Email: Tiffany.Boatwright@navy.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=633c8c50961398be70e281fb0123d340&tab=core&_cview=1)
 
Place of Performance
Address: HQBN Supply 1st Marine Camp Pendleton, CA<br />
Zip Code: 92055<br />
 
Record
SN01780284-W 20090329/090327220901-633c8c50961398be70e281fb0123d340 (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.