Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 7,2000 PSA#2637

ESC/MCK, MITRE Bldg "D", 50 Griffiss Street Hanscom AFB, MA 01731-1620

58 -- UHF SATELLITE COMMUNICATION ANTENNA=20 SOL F19628-00-R-0042 DUE 072800 POC Bill Donaldson, (781) 271-6091; Contracting Officer -- Joe Zimmerman, (781) 271-6279 WEB: N/A,. E-MAIL: Click Here to E-mail the POC, bill.donaldson@hanscom.af.mil. 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 = using the simplified acquisition procedures. The announcement constitutes = the only solicitation; proposals are requested and a written solicitation = will not be used. (ii) Solicitation F19628-00-R-0042 is issued as a Request = for Proposal (RFP). A firm fixed price contract is anticipated to result = from this solicitation. (iii) This RFP incorporates provisions and clauses = in effect through Federal Acquisition Circular 97-18. (iv) This is a 100% small business set aside; the SIC Code for this acquisition category is = 3669 and the size standard is 750 employees. (v) The requirement for UHF Antennas will be for government fiscal years FY 00 -- FY 04, inclusive. = The following CLIN structure is proposed, however offerors may add and/or = edit to optimally fulfill government requirements: CLIN 0001 -- High Gain UHF Antenna Assembly and Accessories to include mounting tripod and = associated cables and hardware, transit case, operator's manual, and maintenance manual. (Minimum quantity 1, Maximum quantity 480) Propose quantity = price breaks per item by government fiscal year (October 1st to September = 30th). (vi) The MILSATCOM Terminals Program Office is seeking a commercial off-the-shelf (COTS)/non-developmental item (NDI) Ultra-High Frequency = (UHF) satellite communications (SATCOM) antenna for use in Air Force = fixed-site and transportable ground tactical operations. The antenna shall be sectional for frequent transit in a hard shell carrying case and = capable of rapid deployment in field sites. The antenna system shall consist of = the antenna assemblies, supporting tripod, two cables, operation and = maintenance manual, and carrying case. The antenna shall cover the 240 to 318 = megahertz (MHz) frequency range, with right hand circular polarization and a 3 dB = axle ratio at half power points. Nominal impedance shall be 50 Ohms, with a maximum voltage standing wave ratio of 1.5:1. Rated gains shall be 9.5 = dBic minimum at 244 MHz and 14.0 dBic minimum at 318 MHz, nominally = increasing linearly with frequency. Power handling capability shall be 200 Watts continuous. RF connector type shall be male type N. The tripod = assembly shall provide rigid support, incremental elevation adjustability, adjustability for unlevel mounting surfaces, and provision to add = ballast if necessary for wind survival. As an objective, the fully deployed = antenna shall be capable of surviving winds of at least 80 miles per hour. The carrying case shall be hard shell with rigid foam internal protection = for antenna assemblies. As objectives, the carrying case maximum volume = shall be 3.5 cu. ft., with longest dimension less than 40 inches. The antenna = system maximum weight shall be less than 50 pounds. Cable assemblies shall = consist of 12.5 feet RG-214/U coaxial cable with one male and one female type N connector. Finish of the antenna assemblies shall be olive drab, in accordance with MIL-F-14072 or equivalent. Environmental capabilities = shall include an operating and non-operating temperature range of -40=B0 C = to +70=B0 C, operating altitude of 15,000 feet and non-operating altitude of = 40,000 feet, rain, wind, and sand and dust environments common to military deployments throughout the world. The contractor shall identify and = make available to the government all warranties associated with material delivered under this contract. The effective date for the warranties = shall coincide with the date of government acceptance of the applicable item. = The contractor shall be responsible for the shipment of items to the = customer. Commercial packaging and marking of supplies shall be in accordance = with best commercial practice. (vii) Delivery of items shall be shipped to = (FOB Destination in CONUS -- The shipping address is: 5CBCSS/CTQHR, 100 Quartermaster Road, Building 658, Robins AFB, GA 31098) starting not = later than 60 days after contract award/order placement. Interested offerors shall submit Technical Proposals consisting of Statement of = Capabilities, product literature, technical features, and warranty provisions which clearly show they comply with the government's minimum technical requirements. Technical acceptability will be determined by = information submitted by the offeror providing a description in sufficient detail = to show that the product quoted meets the government's requirement. The government does not restrict the offeror from proposing more than one product that will meet the requirements of this solicitation. (viii) = The provision at FAR 52.212-1, Instructions to Offerors-Commercial applies = to this acquisition. For item b(6), include a listing of price by CLIN, = to include price breaks by quantities ordered or any other volume order discount. This listing will include price per item by government = fiscal year (October 1st to September 30th) for CLIN 0001. (ix) 52.212-2, Evaluation-Commercial Items, based on the following criteria: technical specifications, reliability/maintainability, past performance, price = and price related factors, and delivery schedule considered in descending = order of importance as listed here. In addition, when all other evaluation = factors other than cost or price are combined they are more important than = price. The government will select a technically superior offer if it is = determined that the additional technical merit is worth the additional cost in = relation to the other proposals received. Furthermore, the government may = reject any or all offers if such action is in the public interest and waive informalities and minor irregularities in offers received. Technical capability will be determined from the information submitted by the = Offeror providing a description in sufficient detail to show the product = offered meets the government's requirements. 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. (x) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, complete this = provision and submit with offer. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. (xii) FAR = 52.212-5 Contract Terms and Conditions Required to Implement Statutes or = Executive Orders- Commercial Items, Clause 52.212-5 paragraph b is tailored to = include the following clauses by reference: 52.203-6 Alt 1, 52.222-35, = 52.222-36, 52.222-37, 52.225-1, 52.225-3 Alt 1, 52.232-33, and 52.225-18. (xiii) = The following clauses are included by reference and include the entries as follows: 52.216-18, Ordering- Insert, "From contract award to sixty = (60) months after contract award" in the blanks; 52.216-19, Order = Limitations -- Insert, in paragraph a.) "quantity of one (1) item"; Insert in = paragraph b.)(1) "the maximum quantities listed in item #17(v) of the = solicitation" in the blank; Insert in paragraph b.)(2) "the maximum quantities listed in = item #17 (v) of the solicitation" in the blank; Insert in paragraph b.)(3) = "seven (7) days" in the blank; Insert in paragraph d.) "seven (7)" in the blank; 52.216-22, Indefinite Quantity-Insert, in paragraph (d) "Sixty (60) months after contract = award" in the blank. Any proprietary information submitted should be = identified as such. The government will not reimburse respondents for any cost = associated with submission of the information being requested or reimburse = expenses incurred to interested parties for responses to this = synopsis/solicitation. This announcement does not constitute a commitment to order on the part = of the government. (xiv) N/A (xv) N/A (xvi) All responses to this = Request for Proposal shall be in writing. Include Federal Tax Identification = number on your bid. Offerors shall hold bid price firm for 30 calender days = from the date of receipt of offers. The closing date for receipt of offers = is 1400 hours EST on 28 July 2000. (xvii) Responses shall be mailed to = the following address: ESC/MCK, 202 Burlington Road, Bedford MA, 01739, = ATTN: Mr. Joseph Zimmerman/Mr. Bill Donaldson. Responses may also be = handcarried to the following address: MITRE Corporation, BLDG M (Main Lobby), 202 Burlington Road, Bedford MA, 01730-1420 ATTN: Mr. Joseph Zimmerman/Mr. = Bill Donaldson, ESC/MCK. Also, Mr.Donaldson (bill.donaldson@hanscom.af.mil) = will accept e-mail responses. Respondents to this RFP shall identify = whether they are a large or small business and provide their company's name, address, telephone number and a Point of Contact (POC). Any = proprietary information submitted shall be identified as such. An Acquisition = Ombudsman, Colonel Joseph B. Magnone, Director, Commander's Staff, has been = appointed to hear concerns from offerors or potential offerors during proposal development. You should only contact the Ombudsman with issues or = problems you cannot satisfactorily resolve with the program manager and/or contracting officer. The Ombudsman role is to hear concerns, issues, = and recommendations and communicate these to the appropriate government personnel. The Ombudsman will maintain strict confidentiality if = desired. The Ombudsman does not evaluate proposals or participate in source selection. You can contact the Ombudsman at (781) 377-5106. See = numbered Note 1. Posted 07/05/00 (D-SN471366). (0187)

Loren Data Corp. http://www.ld.com (SYN# 0109 20000707\58-0005.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page