SOLICITATION NOTICE
59 -- CATV Transmitter and Receiver
- Notice Date
- 9/5/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, 134 ARW, MCGHEE TYSON ANG BASE, MCGHEE TYSON ANG BASE, Tennessee, 37777
- ZIP Code
- 37777
- Solicitation Number
- W912L7-14-Q-0799
- Archive Date
- 9/26/2014
- Point of Contact
- Richard M. Lusby, Phone: 8653363353
- E-Mail Address
-
richard.lusby@ang.af.mil
(richard.lusby@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- I) 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. (II) Solicitation W912L7-14-Q-0799 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-43. (IV) This acquisition is being set-aside for small business concerns. The associated NAICS code for this acquisition is 334220, small business size standard is 750 employees. (V) COMMERCIAL ITEM DESCRIPTION: CLIN 0001- Quantity 4 each - Transmitter: FORCE 2804 110 Channel PDS (Professional Distribution System). Transmits up to 110 channels of CATV over one single mode optical fiber. 110 Channel CATV VSB/AM Tx, SM, 1310 nm, SC/APC Optical Connector, +12 dBm Optical Output. Channel Loading: 110 max. Bandwidth(110 ch): min 40 to max 870Mhz.Operating Wavelength: min 1290, typical 1310, Max 1330. Required Fiber Bandsidth: 2000Mhz. Input/Output Impedence: 75 Ohms. Sidde Mode Supression Ratio: 30 dB. Back Reflection Tolerance: -50dB. Composite Second Order (CSO): -65 dB. Composite Triple Beat (CTB): -65 dB. Power Supply Voltage: 120min/240max VAC. Power Supply Frequency: 50/60 Hz. Incorporates 120 dB RF test port for use with installation, commissioning, and troubleshooting. Incorporates key lock power switch. Compatible with receivers on same order. Manufacturer's Part Number: FORCE 2804TK-SCSP/12 OR EQUAL CLIN 0002 - Quantity 25 each - Receiver: FORCE Model 2808 110 Channel VSB/AM Fiber Optic. SC/APC Connectors. Capable of transporting up to 110 CATV channels. Incorporates a manual gain control that allows the user to adjust the RF output level for optimum performance. Incorporates built-in power supply. Bandwidth: 40 to 860 MHz. Operating Wavelength: 1310 / 1550 nm. RF Output Level: +28 dBmV. Output Return Loss: 16 dB. Required Fiber Bandwidth: 2000 MHz. Output Impedance: 75 Ohms. Backreflection Tolerance: -50 dB. Composite Second Order (CSO): -63 dBc. Composite Triple Beat (CTB): -66 dBc. Carrier-to-Noise Ratio (CNR): 54.5 dB. Power Supply Voltage: 120min/240max VAC. Power Supply Frequency: 50/60 Hz. MUST be Compatible with transmitters on in CLIN 0001. Manufacturer's Part Number: FORCE 2808-SFSP OR EQUAL NOTE: If quoting equal item, your proposal must contain the make, model and part number along with the name of the manufacturer and specifications/literature for the Government to make an "or equal" determination. Failure to include the requested information will cause your quote to be considered non-responsive. Offeror may, at the discretion of the Government, be asked to provide more information and clarification regarding their or equal offer/quote. Request for such information does not constitute discussions. (VII) Place of Delivery: McGhee Tyson ANG Base, Louisville, TN 37777, FOB POINT IS DESTINATION. (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial Items. (IX) The FAR provision 52.212-2, Evaluation -- Commercial Items, also applies to this acquisition The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government, price and other factors considered. Factors that shall be used to evaluate offers are (i) technical capability of the item offered to meet the Governments listed salient characteristics and (ii) price. Technical is considered to be equally important to price. The contracting officer will award to the offeror whose offer represents best overall value to the Government, which may or may not be the lowest priced offer. The Government intends to evaluate offers and make award without discussions. However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. Technical capability will be rated as pass or fail. Quotes must provide information on price, delivery, Tax ID number, Cage Code and DUNS number. Additionally, your company must be registered in the System for Award Management (SAM) System as well as have completed the online Reps and Certs at the following website: https://sam.gov. (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items. Offerors shall include a completed copy as part of their quote. A copy of the Offerors Representations and Certifications may be obtained from (http://farsite.hill.af.mil). However, vendor must complete the Reps and Certs as stated in section (IX) above at https://sam.gov. (XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Required Alt A, System for Award Management Registration, Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) The following clauses are incorporated 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 website http://farsite.hill.af.mil: 52.204-7, System for Award Management; 52.211-6, Brand Name or Equal; 52.219-1, Alt I, Small Business Program Representations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions and Contract Clauses (http://farsite.hill.af.mil); 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil); 52.253-1, Computer Generated Forms 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management; 252.204-7006, Billing Instructions; 252.211-7003, Item Identification and Valuation; 252-225-7002, Qualifying Country Sources as Subcontractors; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings; 252.225-7035 Alt I, Buy American Act - Free Trade Agreements - Balance of Payments Program Certificate; 252.225-7036 Alt I, Buy American Act - Free Trade Agreements - Balance of Payments Program; 252.232-7003, Electronic Submission of Payment requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.247-7023 Alt III, Transportation of Supplies Sea. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the FedBizOps (https://www.fbo.gov) web site. Offerors are requested to submit questions to the email address noted below not later than 9 September 2014. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in System for Award Management (SAM) (https://sam.gov). (XIV) N/A. (XV) Quotes will be due to the 134ARW/MSC 240 Briscoe Drive, Louisville, TN 37777, by 11 Sep 2014, 10:00 A.M. Eastern Standard Time. Email quotes will be accepted at richard.lusby@ang.af.mil.. (XVI) Point of Contact is SMSgt Richard Lusby (865) 336-3353 or email richard.lusby@ang.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40-1/W912L7-14-Q-0799/listing.html)
- Place of Performance
- Address: 123 Briscoe DRive, Louisville, Tennessee, 37777, United States
- Zip Code: 37777
- Zip Code: 37777
- Record
- SN03497787-W 20140907/140905235028-2c00037a0310da085973899f64b819bc (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 |