SOLICITATION NOTICE
58 -- C-Band Telemetry Transmitter
- Notice Date
- 8/25/2017
- 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
- FA9302-17-P-K076A
- Archive Date
- 9/20/2017
- Point of Contact
- Katie M Hudiburgh, Phone: 6612773321
- E-Mail Address
-
katie.hudiburgh@us.af.mil
(katie.hudiburgh@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation FA9302-17-P-K076A This combined synopsis/solicitation REPLACES FA9302-17-P-K076. The solicitation/contract number for this acquisition is FA9302-17-P-K076A. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 and DFARs Change Notice (DCN) 20161222. Federal Supply Class/Service (FSC) code is 5821. NAICS is 334220 and the size standard is 1,250 employees. Please carefully review requirements detailed below. The following supply item the Air Force Test Center, Edwards Air Force Base, CA is seeking to purchase: CLIN 0001: C-Band Telemetry Transmitter (Qty. 1 each) Reference RCC Document IRIG 106-17, Telemetry Standards available at www.wsmr.army.mil/RCCsite/Pages/default.aspx Transmitter sought is a Quasonix QSXV-DR2-1110-10-50-07AC-PF-PM-P9-SWBX, which includes a QSX-AC-SWBX-P9-3B-3M or equal with the following minimum salient features for the transmitter to meet minimum government requirements: • Must transmit in in lower C-band (4400 MHz to 4950 MHz) and middle C-band (5091-5150 MHz) as defined in IRIG 106-17 • Modulation - Transmitter shall have selectable modulation, with a minimum of PCM/FM and SOQPSK-TG per IRIG 106-17, with clock and data inputs for both modulations. Modulation shall be selectable via RS-232 serial link o Inputs shall be differential data and clock, per RS-422, 120 ohms impedance • Bit rate - PCM/FM 100 kbps to 10 Mbps; SOQPSK-TG 100 kbps to 20 Mbps • Must be tunable in 1 MHz steps throughout each band. Frequency shall be selected via RS232 serial link. • Center frequency stability shall be ±0.002% of transmitter center frequency or more stable. • RF output will be a minimum 10 Watts of power over entire frequency, voltage and temperature operating range. • Input current - The maximum allowable current draw is 2.5 Amps, at 28 VDC. • RF output power shall be selectable by commands. • Switch Box for Frequency and Mode Programming Options o Functionality - controls frequency (four 10 digit, thumb-wheel switches) and mode (PCM/FM, SOQPSK-TG, ARTM-CPM) (one 10 digit thumb-wheel switch). Reference Operating Instructions, Frequency and Mode Switch Box for TIMTERTM Transmitters P/N QSX-AC-SWBX-P9-3B-3M; http://www.quasonix.com/sites/default/files/qsx_switch_box_operating_instr.pdf for detailed functionality requirements. o Connector MDM-9 Female  Connector Pin Assignments are as follows: Pin Function 1 Ground 2 I/O 1 3 SPI SCLCK 4 SPI MISO 5 Transmitter Replies to Switch Box 6 2.8 V+ Output 7 SPI MOSI 8 SPI CS 9 Switch Box Commands to Transmitter • Transmitter Input/output connectors; o RF output connector shall be a SMA female connector, 50 ohms output impedance o Power, Serial Control, RS-422 Data and Clock input functions shall be on the same connector, which shall be MDM-15 Female  Connector pin assignments are as follows: Pin Function 1 28 VDC Power In 2 28 VDC Power Return 3 N/C 4 RS422 Clock Positive 5 RS 422 Data Positive 6 Serial Control Ground 7 RF On/Off 8 RS-232Serial Control Reply from Transmitter 9 DC Power In 10 DC Power Return 11 N/C 12 RS-422 Clock Negative 13 RS-422 Data Negative 14 N/C 15 RS-232 Serial Control Input to Transmitter • Frequency Select Switchbox Serial Interface Connector shall be a Male MDM-9 o Connector pin assignments shall be as follows: Pin Function 1 Ground 2 I/O 1 3 SPI SCLCK 4 SPI MISO 5 Transmitter Replies to Switch Box 6 2.8 V + Output 7 SPI MOSI 8 SPI CS 9 Switch Box Commands to Transmitter • Dimensions: 2 inches wide x 3 inches long x 1.2 inch maximum height • Environmental: o Operate from sea level to 60,000 feet altitude o Operate from -40 to +85 degrees Celsius o Operate on aircraft 28 VDC + 4 VDC power, IAW MIL-STD-704D o Humidity - 0% to 95%, Non-condensing o Vibration 14 G (RMS) random, 20 Hz to 2,000 Hz, 3 axes Shock 100 G (PK), 1/2 sine, 5 ms duration, 3 axes Acceleration 50 G, 3 axes per MIL-STD-810E o Spurious outputs - Spurious outputs at the transmitter output port shall be lower than -25 dBm per IRIG 106-17 o Meet MIL-STD 461F: Test Method: CE101, CE102, CE106, CS101, CS114, CS115, CS116, RE102, and RS103 Shipping: FOB Destination, Delivery Date: No Later Than (NLT) 29 December 2017 This will be awarded based on Lowest Price Technically Acceptable (LPTA) quote. Defense Priorities and Allocations System (DPAS) does not apply. Interested contractors can access the clauses by Internet URL: http://farsite.hill.af.mil. To register with SAM go to URL: http://www.sam.gov/. In accordance with DFARS 252.204-7004, Alt A, System for Award Management, registration must be completed. The following provisions and clauses apply to this acquisition: FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation (Jan 2017) FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.212-1 Instructions to Offerors--Commercial Items (Jan 2017) FAR 52.212-2 Evaluation--Commercial Items (Oct 2014) FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (Jan 2017) FAR 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (Oct 2014) FAR 52.212-4 Contract Terms and Conditions--Commercial Items (Jan 2017) FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.222-19 Child Labor--Cooperation With Authorities and Remedies (Oct 2016) FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 Equal Opportunity (Sep 2016) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014) FAR 52.222-50 Combating Trafficking in Persons (Mar 2015) FAR 52.223-15 Energy Efficiency in Energy-Consuming Products (Dec 2007) FAR 52.223-18 Encouraging Contractor Policies to Ban Text-Messaging While Driving (Aug 2011) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Jul 2013) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.239-1 Privacy or Security Safeguards (Aug 1996) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) DFARS 252.204-7011 Alternative Line Item Structure (Sep 2011) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 2016) DFARS 252.211-7003 Item Identification and Valuation (Mar 2016) DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7000 Buy American Statute--Balance of Payments Program Certificate (Nov 2014) DFARS 252.225-7001 Buy American and Balance of Payments Program (Dec 2016) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (May 2013) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.239-7017 Notice of Supply Chain Risk (Nov 2013) DFARS 252.239-7018 Supply Chain Risk (Oct 2015) DFARS 252.244-7000 Subcontracts for Commercial Items (Jun 2013) DFARS 252.246-7008 Sources of Electronic Parts (Oct 2016) DFARS 252.247-7023 Transportation of Supplies by Sea (Apr 2014) AFFARS 5352.201-9101 Ombudsman (Jun 2016) Offerors are required to submit with their quote with enough information for the Government to evaluate the minimum requirements detailed in this combined synopsis/solicitation, including cage code, duns number, date offer expires and warranty information. No partial quotes for the listed above will be accepted. Only the specified brand name or equal will be accepted. The offeror must be an authorized reseller. This will be awarded based on the lowest price technically acceptable quote. Any questions in regards to this combined synopsis/solicitation must be received by 29 Aug 17, 4:00 PM Pacific. Offers are due at the AFTC/PZIEB, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524, NLT 8:00 AM Pacific on 05 September 2017. E-mail address: katie.hudiburgh@us.af.mil Point of Contact: Katie Hudiburgh, Contract Specialist, Phone 661-277-3321, E-mail katie.hudiburgh@us.af.mil Monika B. Masei, Contracting Officer, Phone 661-277-7708, E-mail Monika.masei@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-17-P-K076A/listing.html)
- Place of Performance
- Address: Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN04647456-W 20170827/170825231641-37baa33bd7747760eea37a95db700dd6 (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 |