Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2010 FBO #3059
MODIFICATION

66 -- High-Power Wide-Band Amplifier and Touchscreen

Notice Date
4/8/2010
 
Notice Type
Modification/Amendment
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-10-T-0149
 
Archive Date
5/7/2010
 
Point of Contact
Daniel W. Enders, Phone: 9375224625
 
E-Mail Address
Daniel.Enders@wpafb.af.mil
(Daniel.Enders@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquistion Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA8601-10-T-0149 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This acquisition is a Small Business Set Aside. The associated North American Industry Classification System (NAICS) code is 335999. Size standard is 500 employees. MINIMUM SPECIFICATIONS: CLIN 0001: 1MHz to 1GHz High Power Wide band Amplifier - (Quantity 1) Rated Output Power 50 W minimum Input for Rated Output 1.0 mW maximum Power Output @ 3dB Compression Nominal 70 W Minimum 50 W Power Output @ 1dB Compression 46 W Flatness ±1.5 dB maximum Frequency Response 1-1000 MHz Gain (At Maximum Setting) 46 dB minimum Gain Adjustment (Continuous Range) 25 dB minimum Input Impedance 50 Ω Output Impedance 50 Ω, Nominal Harmonic Distortion -20 dBc maximum @ 50 W Third Order Intercept Point 51 dBm typical RF Input/output Type N female CLIN 0002: Touch Screen Digital Display - (Quantity 1) Fwd/Rev Power indication (dB or Watt scale) Gain Adjustment ALC Fast/Slow, On/Off, Standby mode Fault indication Rear panel HPIB IEEE-488.2 or Full Duplex RS232 remote interface. Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (May 2004), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial (Jan 2004). Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose quote is the lowest price technically acceptable. The Government intends to award without discussions and the Government reserves the right not to make an award at all. By submitting a quote, the offeror acknowledges the requirement that a potential awardee must be registered in the Central Contractor Registration (CCR) prior to award. Quotations may be in any format but must include requirements found in Instructions to Offerors (FAR 52.212-1), including: proposing company's name, address and phone; point of contact's name, phone, and email; quotation date; quotation number; total price; identify any discounts; how long the quote is valid (minimum of 30 days); lead time after receipt of order; and warranty information. Quoted price shall be FOB destination. Delivery location is Wright-Patterson Air Force Base, Ohio. Quotations MUST contain a complete description of item offered to clearly show item meets or exceeds all requirements listed in the Minimum Specifications. Quotation shall provide a point-by-point comparison to each item listed in the minimum sppecifications. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors 52.212-2, Evaluation Factors [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be technical and price. Technical criteria will be pass or fail. Quote must clearly show that item offered meets all specifications noted in the Minimum Specifications attached to this Request for Quotation.] 52.212-3, Contractor Representations and Certifications; 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance; 52.252-1, Solicitation Provisions Incorporated by Reference The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items Including: 52.222-3 -- Convict Labor; 52.222-21 -- Prohibition of Segregated Facilities; 52.222-26 -- Equal Opportunity; 52.222-36 -- Affirmative Action for Workers With Disabilities; 52.225-13 -- Restrictions on Certain Foreign Purchases; 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration; 52.252-2 Clauses Incorporated by Reference The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.212-7001Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items 252.225-7002, Qualifying Country Sources as Subcontractor (Apr 2003); The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9201, Ombudsman (Aug 2005). (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr Howard E. Marks Jr., ASC/AQH, 1755 11th St, Bldg 570, Room 101, Wright-Patterson Air Force Base, OH 45433-7404, Tel. 937-937-255-8642, e-mail: howard.marks@wpafb.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. 5352.242-9000, Contractor Access to AF Installations (June 2004), (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with installation access security as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Quotations AND completed representations and certifications are due by 4:00 p.m. (EST), Monday, 19 April 2010, to: Daniel Enders, 88 CONS/PKBB Fax is 937-656-1412 (ATTN: Daniel Enders). E-mail is: Daniel.Enders@wpafb.af.mil. Mailing Address: ATTN: Daniel Enders 88 CONS/PKBB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Daniel Enders at 937-522-4625.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-10-T-0149/listing.html)
 
Place of Performance
Address: AFIT/ENGL, 2950 Hobson Way, Building 640, Room 320, Wright-Patterson AFB, Ohio, 45433-7765, United States
Zip Code: 45433-7765
 
Record
SN02116837-W 20100410/100408235413-e354cb8c699b134e4d668a99cbfeb8b8 (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.