Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2012 FBO #3905
SOLICITATION NOTICE

59 -- Fiber Optic Links

Notice Date
8/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-12-T-7158
 
Response Due
8/8/2012
 
Archive Date
9/7/2012
 
Point of Contact
Point of Contact - CYNTHIA RIEGO, Contract Specialist, 619-553-4531; Gina Goodman, Contracting Officer, 619-553-5208
 
E-Mail Address
Contract Specialist
(cynthia.riego@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ) issued under SSC Pacific/Simplified Acquisitions/N66001-12-T-7158. The government is soliciting quotes for the purchase of commercial supplies. This solicitation is set aside for small businesses. The applicable NAICS code is 334220. The size standard is 750 employees. Basis for award: The government anticipates awarding a firm-fixed price purchase order. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-59 (05/10/12) and Defense Federal Acquisition Regulation Supplement (DFARS), April 20, 2012. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. The provision at 52.212-1, Instructions to Offerors--Commercial Items (FEB 2012), and 52.212-4, Contract Terms and Conditions-- Commercial Items (FEB 2012), incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items and DFARS 252.212-7000, Offeror Representations and CertificationsCommercial Items are in the E-Commerce website at https://ecommerce.sscno.nmci.navy.mil. Current Version - Brand Name 52.211-6, FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)), 52.233-3, Protest After Award (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108-78), 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity (E.O. 11246), 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Deviation) also applies to this acquisition. Current Version - DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items and DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Deviation) apply to this acquisition and includes 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207), 252.225-7001, Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582), 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (10 U.S.C. 2227). 252.211-7003, Unique Item Identification (JUN 2011). 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting (AUG 1999), 52.204-6, Data Universal Numbering System (DUNS) (APR 2008), 52.214-3, Amendments to Invitation for Bids (DEC 1989), 52.214-4, False Statement in Bids (APR 1984), 52.214-5, Submission of Bids (MAR 1997), 52.214-6, Explanation to Prospective Bidders (APR 1984), 52.214-7, Late Submission, Mods, & Withdrawls of Bids (NOV 1999). SPAWAR Systems Center Pacific (SSC-Pacific) is seeking competitive quotations for the following items: ITEM 0001, QUOTE BRAND NAME OR EQUAL 18 GHZ FIBER OPTIC LINK, CONSISTING OF: ONE TRANSMITTER, MODULAR, FOR 19 INCH SAME RACK MOUNT CHASSIS AS ITEM 0004. RF requirements for item 1 and item 3: a) RF bandwidth: 0.15 GHz to 18 GHz ( 1dB c) NF 105 dB-Hz2/3 e) 2nd order Spur-free dynamic range > 83 dB-Hz1/2 f) Transmitter wavelength: optical C-band NOTE: If your quote is based on equal products, include specification sheets for technical review. QTY: 1 EACH. UNIT PRICE: _________________ EXTENDED PRICE: ______________ ITEM 0002, QUOTE BRAND NAME OR EQUAL 19 INCH CHASSIS WITH REQUIRED POWER SUPPLIES FOR RECEIVERS IN ITEM 0004 AND TRANSMITTER ON ITEM 0001. NOTE: If your quote is based on equal products, include specification sheets for technical review. QTY: 2 EACH. UNIT PRICE: _________________ EXTENDED PRICE: ______________ ITEM 0003, QUOTE BRAND NAME OR EQUAL 18 GHZ FIBER OPTIC LINK, CONSISTING OF: ONE RECEIVER IN A STAND-ALONE PACKAGE AS SPECIFIED BELOW IN REQUIREMENTS SECTION. RF requirements for item 1 and item 3: a) RF bandwidth: 0.15 GHz to 18 GHz ( 1dB c) NF 105 dB-Hz2/3 e) 2nd order Spur-free dynamic range > 83 dB-Hz1/2 f) Transmitter wavelength: optical C-band NOTE: If your quote is based on equal products, include specification sheets for technical review. QTY: 1 EACH. UNIT PRICE: _________________ EXTENDED PRICE: ______________ ITEM 0004, QUOTE BRAND NAME OR EQUAL 18 GHZ FIBER OPTIC RECEIVERS. RECEIVERS WOULD BE MODULAR FOR 19 INCH RACK MOUNTED CHASSIS SYSTEM. THESE RECEIVERS SHOULD BE InGaAs PIN PHOTODIODES WITHOUT ANY RF AMPLIFIERS. THE RF RECEIVERS ARE FOR USE IN AN ANALOG RF OVER FIBER LINK. RF requirements for 9 receivers (item 4): a) Optical wavelength: 1525 nm 1575 nm b) Operating input optical power: 10 dBm c) Optical power damage: > 13 dBm (receivers will commonly experience 13 dBm optical power during startup and modulator bias reset conditions). e) Responsivity: > 0.75 A/W d) RF Bandwidth (-2dB): DC to >18 GHz f) OIP3: when operating @8 mA average photocurrent the detector should not contribute measurable 3rd order distortion to a standard analog MZM photonic link, i.e., the 3rd order distortion should be dominated by the transmitter. g) OIP2: >39 dBm for IMD < 3 GHz @ 8 mA average photocurrent (i.e., standard MZM analog photonic link using this detector should have 2nd order dynamic range limited by the transmitter bias control for relatively low frequency IMD); OIP2: >23 dBm across full RF bandwidth @ 8 mA average photocurrent NOTE: If your quote is based on equal products, include specification sheets for technical review. QTY: 9 EACH. UNIT PRICE: _________________ EXTENDED PRICE: ______________ Requirements: Size, connector, temperature requirements: a) 9 receivers (item 4) and the transmitter (item 1) modules shall be integrated in 19 inch rack mount chassis(s) (item 2), maximum total height 3.5 inch (2 RU). A single 2 RU or two 1 RU chassis are acceptable. b) Connectors for 9 receivers (item 4) and transmitter (item 1): -RF and optical connectors shall be on the front panel -Optical connectors: FC/APC -RF connectors: SMA c) The rack mount chassis(s) (item 2) shall be powered by AC power supply with AC input 95-260V 50/60Hz 2A fused and shall include DC power supplies as required to power the receivers (item 4) and the transmitter (item 1) modules. d) Operating temperature range for all rack mounted components: 0 50 C. e) The receiver (item 3) shall be in its own package, not greater than 5 x 2.5 x 1 inch in any dimension (not including connector protrusions) f) Connectors for receiver (item 3): -AVIM-APC bulkhead optical connector -SMA RF output connector - DB-9 electrical connector g) Operating temperature range of receiver (item 3): -20 to 65 C. TOTAL PRICE: _________________________ All responding vendors must complete and submit with their quotes DFARS Clause 252.209.7998, The clause is listed below. DFARS Clause 252.209-7998, REPRESENTATION REGARDING CONVICTION OF A FELONY CRIMINAL VIOLATION UNDER ANY FEDERAL OR STATE LAW (DEVIATION 2012-O0007) (DATE 2012) (a) In accordance with section 514 of Division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract wih any corporation that was convicted of a felony criminal violation under any Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. This RFQ closes on AUGUST 08, 2012 at 10:00 a.m. Pacific Daylight Time (PDT). Please submit your materials in response to (RFQ) N66001-12-T-7158 to SSC Pacific/Simplified Acquisitions/N66001-12-T-7158. Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific, Simplified Acquisition, N66001-12-T-7158. All responding vendors must be registered to the Central Contractor Registration (CCR) and to the Online Representations and Certifications Applications (ORCA) programs prior to award of contract. Information to register can be found at http://www.bpn.gov/. The point of contact for this solicitation is Cynthia Riego at cynthia.riego@navy.mil. Please include RFQ N66001-12-T-7158 on all inquiries.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d6d252eb0d04acb0375a24a63227626d)
 
Record
SN02822576-W 20120803/120801235257-d6d252eb0d04acb0375a24a63227626d (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.