SOLICITATION NOTICE
59 -- Mu-Del Multicoupler, Model 2MDP-1453F - Combined Synopsis/Solicitation
- Notice Date
- 4/28/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- F1S0AF6083B002
- Point of Contact
- Steven A. Winner, Phone: 6612777707, Tylan J. McBride, Phone: 661-277-2704
- E-Mail Address
-
steven.winner.1@us.af.mil, tylan.mcbride.2@us.af.mil
(steven.winner.1@us.af.mil, tylan.mcbride.2@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation for F1S0AF6083B002 for a Brand Name or Equal To: Combined Synopsis/Solicitation - F1S0AF6083B002 This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and an additional written solicitation will not be issued. This is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and Supplements, Federal Acquisition Circular (FAC) 2005-87 and DFARs Change Notice (DPN) 20160325. NAICS is 334220 with a business size standard of 750 employees. This acquisition is a 100% small business set-aside. The Air Force Test Center (AFTC), at Edwards AFB, CA is seeking potential sources capable of providing a QUANTITY OF SIX (6) EACH, Mu-Del Multicoupler, Model 2MDP-1453F or equal as outlined in the minimum salient characteristics. BRAND NAME OR EQUAL TO: MU-DEL ELECTRONICS, INC. QUANTITY OF SIX (6) EACH, Mu-Del Multicoupler, Model 2MDP-1453F. Minimum salient characteristics: Frequency Range: 1,400 to 5,300 MHz RF Input Ports: (2) Two RF Output Ports: (12) Twelve, Dual 1 x 6 Input Noise Figure: 8 dB Maximum Input 1 dB Compression: -7 dBm IP2: +13 dBm IP3: +3 dBm Gain: 0 to +3 dB Gain Flatness: ± 1.0 dB Typical Input/Output Impedance: 50 ohms Input V.S.W.R.: 2.0:1 Output V.S.W.R.: 1.5:1 Output to Input Isolation: 50 dB Minimum Output to Output Isolation: 50 dB Minimum Connectors: Type N-female or User Defined Power Requirements: 90 to 260 VAC, 50 to 60 Hz, 30 watts Size: 1 ¾" H x 19" W x 11" D Front Panel Color: Standard: FED STD 595B; Color Chip 26440, Light Grey Optional: FED STD 595B; Color Chip 27038, Black Weight: 15 Pounds, typical Operating Temperature: 0 to +50 degrees C Storage Temperature: -20 to +65 degrees C Humidity: 5 to 95 %, non-condensing Operating Altitude: 0 to 10,000 feet MSL Output Switching: Switch between Input 1/Output 1 and Input 2/Output 1 to Output Channel 1. For All Channels Remote Control: 10/100 Base T Ethernet, Full Duplex or Better. Delivery: 150 Days After Receipt of Order (DARO) Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524. Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB Destination Edwards AFB, CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. OFFERORS MUST COMPLY WITH FAR 52.204-99 System for Award Management Registration (DEVIATION) INTERESTED OFFERORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH BUSINESS PARTNERING NETWORK BY INTERNET URL www.sam.gov. TO REGISTER WITH CCR, GO TO URL: www.sam.gov. The government will be evaluating quotes IAW FAR 52.212-2 -- Evaluation -- Commercial Items (Jan 1999). 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, price and other factors considered. The following factors shall be used to evaluate offers: i. Price ii. Technical capability of the item offer to meet the Government requirement The following factor shall be used to evaluate offers: Lowest Price Technically Acceptable offer, technically acceptable is meeting all minimum salient characteristics. Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be awarded. The following provisions and clauses apply: Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Clause 52.204-16 Commercial and Government Entity Code Reporting. Clause 52.204-18 Commercial and Government Entity Code Maintenance. Clause 52.209-06 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. Clause 52.211-06, Brand Name or Equal; Provision 52.212-1, Instructions to Offerors--Commercial; Clause 52.212-04, Contract Terms and Conditions--Commercial Items; Clause 52.212-05, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: Clause 52.219-13, Notice of Set-Aside of Orders. Clause 52.219-06, Notice of Total Small Business Set-Aside. Clause 52.222-03, Convict Labor. Clause 52.222-19, Child Labor-Cooperation with Authorities and Remedies. Clause 52.222-21, Prohibition of Segregated Facilities. Clause 52.222-26, Equal Opportunity. Clause 52.222-50, Combating Trafficking in Persons. Clause 52.223-18, Encouraging Contractor Policies to Ban Text-Messaging While Driving. Clause 52.225-13, Restrictions on Certain Foreign Purchases. Clause 52.232-33, Payment by Electronic Funds Transfer - System for Award Management. The following DFARs clauses apply to this acquisition: Clause 252.203-7000 Requirements Relation to Compensation of Former DoD Officials. 252.203-7997 - PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-O0010) (FEB 2015) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-O0010). Clause 252.203-7005 Representation Relating to Compensation of Former DoD Officials Clause 252.204-7003 Control of Government Personnel Work Product. Clause 252.204-7012 Safeguarding of Unclassified Controlled Technical Information. Clause 252.204-7015 Disclosure of Information to Litigation Support Contractors. 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations; Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; Clause 252.223-7008 Prohibition of Hexavalent Chrome Cr+6. Clause 252.225-7000 Buy American Statute - Balance of Payments Program Certificate. Clause 252.225-7001 - Buy American and Balance of Payments Program. Clause 252.225-7002 Qualifying Country Sources as Subcontractors. Clause 252.225-7048 Export Controlled Items. Clause 252-232-7003 Electronic Submission of Payment Requests and Receiving Reports. Clause 252.232-7006 Wide Area Workflow Payment Instructions. Clause 252.232-7010. Levies on Contract Payments; Clause 252.244-7000 Subcontracts for Commercial Items. Clause 252.247-7023 Transportation of Supplies by Sea. The following AFFARS clauses apply to this acquisition: Clause 5352.223-9000, Elimination of Use of Class I Ozone Depleting Materials; Clause 5352.201-9101, Ombudsman; Offeror's are instructed to complete the provision DFARS 252.209-7992, as attached, IN FULL TEXT. This must be returned with the offeror's quote. Offers are due at the Air Force Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA, 93524, not later than May 20, 2015 at 3:00 pm PST. E-mail address: steven.winner.1@us.af.mil. Phone: 661-277-7707, Fax: 661-277-0470.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AF6083B002/listing.html)
- Place of Performance
- Address: AFTC/PZIEA, 5 South Wolfe Avenue, Bldg. 2800, Edwards Air Force Base, California, 93523, United States
- Zip Code: 93523
- Zip Code: 93523
- Record
- SN04098998-W 20160430/160428235039-056d2a2fd4eecd3392fb5d2a504fd2ae (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 |