SOLICITATION NOTICE
70 -- Satellite Communications (SATCOM) Link Emulator Test System
- Notice Date
- 7/15/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- M68909 MARINE CORPS TACTICAL SYSTEMS SUPPORT ACTIVITY Camp Pendleton, CA
- ZIP Code
- 00000
- Solicitation Number
- M6890910Q1054
- Response Due
- 7/22/2010
- Archive Date
- 8/22/2010
- Point of Contact
- Jon Aaron 760-725-2295
- E-Mail Address
-
Contract Specialist
(jon.d.aaron@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation for SATCOM Link Emulator Test System This is a combined synopsis/solicitation for commercial items prepared in accordance with the format under FAR Subpart 12.6 - "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested. Solicitation number M68909-10-Q-1054 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44 and Defense Federal Acquisition Regulations Supplement Change Notice 20100623. NAICS Code 334220 applies with a size limit of 750 personnel. This is an unrestricted procurement for a firm fixed-price award under FAR part 13.5. All responsible sources may submit a quotation which, if timely received, will be considered by the Agency. The procurement is for the purchase of a Satellite Communications (SATCOM) Link Emulator Test System. The contractor may provide a quotation on any equivalent manufacture and model as long as it meets the Government's minimum solicited technical standards (salient characteristics). The system solicited for quotation is described as follows: CLIN 0001: Satellite Communications (SATCOM) Link Emulator Test System- w/ the following minimum Salient Characteristics:-Integrated SatCom Emulator Test System -System device shall provide for a minimum of twenty transmit ports-Device ports shall route L-band Radio Frequency (RF) signals to a fully adjustable down converter which will position the signal within the RF spectrum so a delay mechanism can accept the signal -Signal delay mechanism shall apply the appropriate delay of a geosynchronous orbit communication satellite -Signal will be up converted to L-band via a tunable up converter, combined with white noise and split to 20 receive ports -System solution needs to facilitate full duplex communications on both a MF-TDMA network and two (2) simultaneous FDMA networks -Basic RF signal flow shall be a half duplex solution -Full duplex communications shall be facilitated through a reverse channel-Solution shall consist of identical RF routing and a second channel on the delay mechanism-Solution shall be modular and integrated in a mobile rack setup with each transmit and receive portion encompassed in a sliding tray configuration to facilitate easy access- Qty 1 ea. Quotations shall comply with or clearly state, at a minimum, the following information: (1) Technical product quotations shall include descriptive OEM literature, pictures, diagrams, and parameter data.* * Note: The Government will not consider quotations based on used or refurbished equipment. Equipment quoted must be direct from the manufacturer and not a third-party supplier.(2) The manufacturer, part number, and material condition of the equipment or supply quoted. (3) Delivery Date after receipt of offer (ARO). (4) F.O.B. Destination (FAR 52.247-34) preferred. The Government will consider quotations based on F.O.B. Origin only after a mutual agreement of the parties has been negotiated. Unit pricing containing all related shipping costs is preferred. (5) Open Market or GSA Federal Supply Schedule (FSS) pricing. Quotations should state "open market" or should reference the applicable GSA/FSS number.* * Note: The Government reserves the right to use a non-DoD contract (GSA FSSs) if the supply schedule is in the best interest of the Government. (6) The standard warranty period of performance. The contractor shall extend to the Government no less than any standard commercial warranty normally offered in a similar commercial sale. The warranty period shall commence upon final acceptance of the product by the Government.* * Note: All applicable warranties shall be addressed in the quotation. (7) Expiration date of quoted and submitted prices. (8) Contractor's Federal Tax I.D., CAGE code, and DUNS number. (9) Payment Terms will be Net 30 unless stated differently on the quote. The following FAR provisions are incorporated by reference and apply to this acquisition if quoting open market items: 52.212-1;52.212-2, with the following significant evaluation factors in priority order:a) price,b) technical,c) delivery;52.212-3 [Alt I], the vendor must complete and return with quotation if not registered in ORCA; 52.212-4; 52.212-5, with the following provisions under paragraph (b) incorporated by reference: 52.203-3,52.203-6 Alt I,52.219-8,52.219-9,52.219-14,52.222-3, 52.222-19,52.222-21,52.222-26,52.222-35,52.222-36,52.222-37,52.222-39,52.223-9, 52.223-15, and52.232-33; and52.247-34. The following DFARS provisions are incorporated by reference and apply to this acquisition if quoting open market items: 252.203-7002;252.204-7004 Alt I;252.211-7003;252.212-7001, with the following clauses under paragraph (b) incorporated by reference: 252.203-7000,252.212-7000,252.225-7012,252.225-7021,252.225-7036,252.232-7003,252.243-7002,252.247-7023;252.225-7002; 252.225-7020; and252.225-7035. The following USMC provision is incorporated by reference and applies to this acquisition: USMC Wide Area Workflow (WAWF) Implementation. By responding to this Quotation, the Offeror agrees to submit invoices via WAWF in accordance with DFARS 252.232-7003. The full text of clauses and provisions incorporated by reference may be obtained at the following addresses in accordance with FAR 52.252-2: http://www.arnet.gov/aar/, http://www.acq.osd.mil/dp/dars/dfars.html, http://web1.deskbook.osd.mil/default.asp, http://farsite.hill.af.mil. Contractor(s) shall complete the Certifications and Representations via ORCA at the following address in accordance with FAR 52.212-3: http://orca.bpn.gov. Quotations and the completed Certifications and Representations are due to the MCTSSA Contracts Office, Box 555171, Camp Pendleton, CA 92055-5171 no later than 3:30 pm Pacific Time on June 22, 2010. The Government Point of Contact (POC) for submitting your quote or for other information regarding this solicitation is Jon Aaron at (760) 725-2295, fax (760) 725-2514, or Email jon.d.aaron@usmc.mil or sandra.ingram@usmc.mil. No numbered notes apply.*****
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M68909/M6890910Q1054/listing.html)
- Place of Performance
- Address: Marine Corps Tactical Systems Support Activity (MCTSSA), Camp Pendleton, CA
- Zip Code: 92055
- Zip Code: 92055
- Record
- SN02206480-W 20100717/100715234741-583a86952c4edf7a8cf936ed65332f00 (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 |