Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
SOLICITATION NOTICE

59 -- RF Cable Assemblies - RF Cable Specification Attachment 1

Notice Date
2/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component 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
F1S0AX7018B001N
 
Archive Date
3/10/2017
 
Point of Contact
Denina L. Solomon, Phone: 6612779659, Falilou T. Diouck, Phone: 6612778454
 
E-Mail Address
denina.solomon@us.af.mil, falilou.diouck@us.af.mil
(denina.solomon@us.af.mil, falilou.diouck@us.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 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. The simplified Acquisition Procedures (FAR 13) will be used for requirement. (ii) Solicitation Number: FA9302-17-P-K018 This solicitation is issued as a request for quote (RFQ) (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-95 and DPN 20161222 (iv) This requirement is set-aside 100% for small businesses. The NAICS is 334419 and the Small Business Size Standard is 750 employees. (v) CLIN Nomenclature and QTY CLIN 0001 - RF Cables, Part Number: MT340XR/in360/RA/RA - QTY 26 each - Period of Performance: 1 May 2017 CLIN 0002 - RF Cables, Part Number: MT340XR/in480/RA/RA - QTY 25 each - Period of Performance: 1 May 2017 CLIN 0003 -- RF Cables, Part Number: MT340XR/in600/RA/RA -- QTY 20 each - Period of Performance: 1 May 2017 CLIN 0004 - RF Cables, Part Number: MT340XR/in720/RA/RA - QTY 15 each - Period of Performance: 1 May 2017 CLIN 0005 - RF Cables, Part Number: MT340XR/in1200/RA/RA - QTY 3 each - Period of Performance: 1 May 2017 (vi) Description of items to be acquired RF Cables Assemblies Specifications SYSTEM DESCRIPTION Description: High performance, crush resistant radio frequency cable assemblies. 1. Cable Assemblies • Length: 30 feet OAL • QTY: 26 each • Connector: Male N/Male N • Center Conductor: Silver Plated Copper • Dielectric: Micorporus Polytetrafluoroethylene (PTFE) • Shield: Silver Plated Copper • Outer Braid: Silver Plated Copper • Armor: Internal to outer jacket, Stainless Steel Armor • Crush Resistance: > 300 inch-lbs. per linear inch • Minimum Bend Radius (Dynamic): 2" minimum • Frequency range DC to 18.5 GHz • Characteristic Impedance: 50 Ohms nominal • Shielding: -90 dB minimum per foot over DC-18.5 GHz frequency range including connectors • Insertion Loss: 0.3 dB/ft @ 18 GHz • VSWR 1.4:1 maximum at 18 GHz; • All of the connectors used in these cable assemblies are of precision stainless steel design which meet or exceed the requirements of MIL-PRF-39012. 2. Cable Assemblies • Length: 40 feet OAL • QTY: 25 each • Connector: Male N/Male N • Center Conductor: Silver Plated Copper • Dielectric: Micorporus Polytetrafluoroethylene (PTFE) • Shield: Silver Plated Copper • Outer Braid: Silver Plated Copper • Armor: Internal to outer jacket, Stainless Steel Armor • Crush Resistance: > 300 inch-lbs. per linear inch • Minimum Bend Radius (Dynamic): 2" minimum • Frequency range DC to 18.5 GHz • Characteristic Impedance: 50 Ohms nominal • Shielding: -90 dB minimum per foot over DC-18.5 GHz frequency range including connectors • Insertion Loss: 0.3 dB/ft @ 18 GHz • VSWR 1.4:1 maximum at 18 GHz; • All of the connectors used in these cable assemblies are of precision stainless steel design which meet or exceed the requirements of MIL-PRF-39012. 3. Cable Assemblies • Length: 50 feet OAL • QTY: 20 each • Connector: Male N/Male N • Center Conductor: Silver Plated Copper • Dielectric: Micorporus Polytetrafluoroethylene (PTFE) • Shield: Silver Plated Copper • Outer Braid: Silver Plated Copper • Armor: Internal to outer jacket, Stainless Steel Armor • Crush Resistance: > 300 inch-lbs. per linear inch • Minimum Bend Radius (Dynamic): 2" minimum • Frequency range DC to 18.5 GHz • Characteristic Impedance: 50 Ohms nominal • Shielding: -90 dB minimum per foot over DC-18.5 GHz Frequency range including connectors • Insertion Loss: 0.3 dB/ft @ 18 GHz • VSWR 1.4:1 maximum at 18 GHz; • All of the connectors used in these cable assemblies are of precision stainless steel design which meet or exceed the requirements of MIL-PRF-39012. 4. Cable Assemblies • Length: 60 feet OAL • QTY: 15 each • Connector: Male N/Male N • Center Conductor: Silver Plated Copper • Dielectric: Micorporus Polytetrafluoroethylene (PTFE) • Shield: Silver Plated Copper • Outer Braid: Silver Plated Copper • Armor: Internal to outer jacket, Stainless Steel Armor • Crush Resistance: > 300 inch-lbs. per linear inch • Minimum Bend Radius (Dynamic): 2" minimum • Frequency range DC to 18.5 GHz • Characteristic Impedance: 50 Ohms nominal • Shielding: -90 dB minimum per foot over DC-18.5 GHz Frequency range including connectors • Insertion Loss: 0.3 dB/ft @ 18 GHz • VSWR 1.4:1 maximum at 18 GHz; • All of the connectors used in these cable assemblies are of precision stainless steel design which meet or exceed the requirements of MIL-PRF-39012. 5. Cable Assemblies • Length: 100 feet OAL • QTY: 3 each • Connector: Male N/Male N • Center Conductor: Silver Plated Copper • Dielectric: Micorporus Polytetrafluoroethylene (PTFE) • Shield: Silver Plated Copper • Outer Braid: Silver Plated Copper • Armor: Internal to outer jacket, Stainless Steel Armor • Crush Resistance: > 300 inch-lbs. per linear inch • Minimum Bend Radius (Dynamic): 2" minimum • Frequency range DC to 18.5 GHz • Characteristic Impedance: 50 Ohms nominal • Shielding: -90 dB minimum per foot over DC-18.5 GHz Frequency range including connectors • Insertion Loss: 0.3 dB/ft @ 18 GHz • VSWR 1.4:1 maximum at 18 GHz; • All of the connectors used in these cable assemblies are of precision stainless steel design which meet or exceed the requirements of MIL-PRF-39012. 6. Technical Specification • Vendor shall provide technical specification sheets consistent with the above requirements on all cable assemblies Additions: • Specification is attached GENERAL CONDITIONS FOR INSTALLATION 1. No installation required (vii) Period of Performance and Place. 5 So. Wolfe Ave., Edwards AFB, CA 93524 Period of Performance is 1 May 2017. FOB Destination. **Please provide the full solicitation number on all quotes. Request specification description and mechanical description of all cable assemblies must be submitted with quote.** Ship Address to: 30 Hoglan Avenue, Bldg 1030 Edwards AFB, CA 93524 (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1200 PST 23 February 2017 via electronic mail to Denina Solomon@us.af.mil and Sam Diouck at falilou.diouck@us.af.mil a. Provide Cage code when submitting Bid (ix) 52.212-2 -- Evaluation -- Commercial Items. (a) 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) Technical capability is based on the ability to meet the required specifications. The items offered must meet the Government requirement; (ii) Price; (b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. (xii) FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items OTHER FAR CLAUSES AND PROVISIONS 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.212-1 Instructions to Offerors--Commercial Items (Oct 2015) 52.212-4 Contract Terms and Conditions--Commercial Items (Jan 2017) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.222-19 Child Labor--Cooperation With Authorities and Remedies (Oct 2016) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sep 2016) 52.222-3 Convict Labor (Jun 2003) 52.222-36 Equal Opportunity for Workers With Disabilities (Jul 2014) 52.222-50 Combating Trafficking in Persons (Mar 2015) 52.222-50 Alt I Combating Trafficking in Persons (Mar 2015) 52.223-18 Encouraging Contractor Policies to Ban Text-Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act (May 2014) 52.225-3 Alt I Buy American Act--Free Trade Agreements--Israeli Trade Act (May 2014) 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Jul 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.203-7995 Prohibition on Contracting with Entities that Require Certain Internal Confidential Agreements (Deviation 2017-O0001) (Nov 2016) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7011 Alternative Line Item Structure (Sep 2011) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.211-7003 Item Identification and Valuation (Mar 2016) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7000 Buy American Statute--Balance of Payments Program Certificate (Nov 2014) 252.225-7001 Buy American and Balance of Payments Program (Dec 2016) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 252.247-7023 Transportation of Supplies by Sea (Apr 2014) 252.232-7006 Wide Area WorkFlow Payment Instructions (May 2013) 5352.201-9101 Ombudsman (Jun 2016) (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 interested 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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Mr. Kevin Flinders AFMC OL_H/PZC 801-777-6549, kevin.flinders@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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. (End of clause) (xiii) Additional Contract Requirement or Terms and Conditions: N/A (xiv) Defense Priorities and Allocation System (DPAS): N/A (xv) Proposal Submission Information: All questions or comments must be sent to Denina Solomon at denina.solomon@us.af.mil, Sam Diouck at falilou.diouck@us.af.mil, and Michele Cameron at michele.cameron@us.af.mil. NLT 23 February 2017. Offers are due by 1200 PST 23 February 2017 via electronic mail (xvi) For additional information regarding this solicitation contact: Denina Solomon at denina.solomon@us.af.mil, Sam Diouck at falilou.diouck@us.af.mil, and Michele Cameron at michele.cameron@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AX7018B001N/listing.html)
 
Place of Performance
Address: 5 So. Wolfe Avenue, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN04405580-W 20170218/170216234918-39490bccc14bd22ebae8916226c63424 (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.