MODIFICATION
66 -- 20GHz CW Microwave Frequency Counter
- Notice Date
- 8/21/2003
- Notice Type
- Modification
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
- ZIP Code
- 31098-1611
- Solicitation Number
- F09603-03-73358
- Response Due
- 8/28/2003
- Archive Date
- 9/12/2003
- Point of Contact
- Debi Weems, Contract Specialist, Phone (478) 926-7702, Fax (478) 926-7452,
- E-Mail Address
-
Debi.Weems@robins.af.mil
- Description
- 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. This solicitation number F0960373358 is issued as a request for proposal (RFP) and will result in a Firm Fixed price requirements contract. The requested delivery date is 31 Oct 2003. Award will be made on an all or none basis. Award date is expected to be not later than 30 Sep 2003. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-15. The NAICS Code assigned to this project is 334515, the size standard is 500 employees. The requirement is for an initial quantity of eight (8) Electronic Counter units and a quantity up to 40 each for the first delivery year, up to a quantity of 40 the second year and up to a quantity of 30 the third year. Approximately one third of the Electronic Counters will be FMS requirements purchased through Warner Robins Air Logistics Group. The contract line item number is: CLIN 0001: Electronic Counter NSN 6625-01-508-4734RH, Part Number PD03WR/LEEC122 Manufactured by XL Microwave or equivalent accompanied by Technical Information Package and Technical Manuals, QTY of 5. CLIN 0002: DATA, Commercial Technical manuals to be assigned TO numbers for Government use with this equipment. CLIN 0003: Electronic Counter NSN 6625-01-508-4734RH, Part Number PD03WR/LEEC122 Manufactured by XL Microwave or equivalent accompanied by Technical Information Package and Technical Manuals, QTY of 3. CLIN 0004: Informational CLIN Requirement for Electronic Counter units a quantity of up to 40 each for the first delivery year, up to a quantity of 40 the second year and up to a quantity of 30 the third year. Submit price proposal for quantities from 1-3, 4-10, 11-20, 21-30, 31-40. This Purchase Description (PD) # WR03/LEEC122 describes an Electronic 20 GHz CW Microwave Frequency Counter with the capability to be powered by an external battery power source in which only those manufacturers meeting or surpassing the following requirements are qualified per this PD. The equipment shall be capable of operation and bid sample testing, if so requested, within the accuracies, limits, and specifications herein. Equipment covered by this PD may be commercially available equipment modified to the extent necessary to meet the following description. The equipment shall be Class 4 in accordance with MIL-PRF-28800. In the event of a conflict between the text of this PD and the references cited herein (except for associated detail specifications), specification sheets or MS standards the text of this PD shall take precedence. Nothing in this PD, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. The equipment shall meet all safety and environmental requirements as specified in MIL-PRF-28800 for the classification as stated herein. The equipment Mean Time Between Failures (MTBF) shall be a minimum of 8,000 hours. Each deliverable equipment item shall be capable of being subjected to the environmental screening effects of burn in and thermal cycling, with thermal cycling being accomplished in the sample test phase. The design of the system shall provide for readily accessible calibration and maintenance adjustments. These adjustments shall be provided by variable value components, which are adjustable, by the use of simple means. The calibration by substitution of selected components or parts is unacceptable unless specifically approved. The calibration adjustments, wherever possible, shall be accessible without removal of the instrument case or modules. The calibration interval shall be a period of one year or greater, based on an operating time of 2000 hours per year. Measurement Functions: 1) To measure frequencies from 110 MHz up to and including 20MHz. 20To be able to withstand inputs as large as +27 dBm on channel 2 without suffering damage. Sensitivity at Frequencies to 20 GHz This frequency counter shall be able to have sensitivities up to and including 20 GHz at 25 dBm. Maximum input at frequencies to 2 GHz, capability to withstand +5dBm. Damage level at frequencies to 2 GHz on channel 2, ability to withstand inputs as large as +27 dBm on channel 2 without suffering damage. Typical SWR at 20 GHz of 3.0 to 1. Shall have an Acquisition time on Channel 2 of 125 ms and 100ms with the FM Auto/FM Out turned off. The frequency resolution shall be 1 HZ to 1 MHz. The measurement accuracy shall be +/-LSD+/- the time base error x the frequency. The measurement time shall be 1/resolution as stated above+ the acquisition time, as stated above+ 20 msecs. The accuracy shall be standard TXCO Crystal, an accuracy of < 1X10e-7. This frequency counter shall be able to have a short-term accuracy of < 1X10e-9. The counter shall consume no more than 400 VA (power) and be able to be powered via an external battery pack. The GBIB Interface Programmable Functions shall be front panel accessible. Interface Functions shall include SH1, AH1, T6, L4, SR1, RL1, DC1, DT1, E2. This purchase description lists the minimum performance, design, functional environmental, reliability requirements and quality assurance provisions for a 20 GHz CW Microwave Frequency Counter. This Counter must be brand name or equal to the XL Microwave 3200A model 20 GHz CW Microwave Frequency Counter. Contractor Certification: The contractor shall certify and maintain substantiating evidence that the product offered meets the salient characteristics of this Commercial Item Description and that the product conforms to the producer's own drawings, specifications, standards and quality assurance practices. The Government reserves the rights to require proof of such conformance before first delivery and thereafter as may be otherwise provided for under the provisions of the contract. Operation and Maintenance Manuals: The contractor shall supply, at no cost to the Air Force, two operation and maintenance manuals. Metric Products: Products manufactured to metric dimensions will be considered on an equal basis with those manufactured using inch-pound units and metric dimensions, provided they fall within the tolerances specified in the inch/pound units. A request should be made to the contracting officer to determine if the product is acceptable. The contracting officer has the option of accepting or rejecting the product. Regulatory Requirements: In accordance with Section 23.04 of the Federal Acquisition Regulation, the Government's policy is to acquire items composed of the highest percentage of recovered materials where practical. These are consistent with maintaining a satisfactory level of competition without adversely affecting performance requirements or exposing the supplier's employees to undue hazards from the recovered materials. Preservation, Packaging, Labeling, and Marking: The preservation, packaging, packing, labeling, and marking shall be as specified in the contract or order. Notes. MIL-PRF-28800 Test Equipment for use with Electrical and Electronic Equipment, General Specification for MIL-PRF-28800 is available from the Naval Publications and Forms Center, 5801 Tabor Avenue, Philadelphia, PA 19120-5099. The technical information package must include Test reports or other data in contractor format substantiating that the model number/part number offered conforms to all salient characteristics described in the commercial item description (CID) referred to as the Technical Documentation (TD). TD content requirements and test parameters are invoked either by the MIL-PRF-28800 Class designated by the TD. Performance testing data, certificate of NIST trace ability and data substantiating the following environmental requirements shall be provided when invoked by the Technical Documentation and /or MIL-PRF-28800. Temperature and humidity; temperature, not operating; temperature, operating; relative humidity; altitude, not operating; altitude, operating; vibration random; vibration, sinusoidal; bounce, loose cargo; shock, functional; shock, mechanical; transit drop; bench handling; shock, high impact; water resistance; watertight; splash proof; drip proof; fungus resistance; salt fog; salt exposure, enclosure; salt exposure, structural parts; Explosive atmosphere; dust resistance; magnetic environment; solar radiation. Data showing compliance with the TD and/or MIL-PRF-28800 for Electromagnetic Compatibility (EMC) shall be provided. Test methods and procedures are designated in MIL-PRF-28800. Data substantiating the following requirements shall be provided when invoked by the TD and/or MIL-PRF-28800. Electrical power, input power consumption, voltage and frequency variation, voltage-transient, power source interruption, acoustic noise, dimensions, weight, mechanical stability, equipment emanations, collated in the same sequence as above. INSTRUCTIONS FOR SUBMITTING TECHNICAL MANUALS: Offeror shall submit two copies of the commercial technical manuals for the proposed Electronic 20 GHz CW Microwave Frequency Counter described in WR03LEEC122 to WR-ALC/LEK 205 Byron Street, Robins AFB GA 31098-1611 ATTN: Debi Weems. The technical manuals shall be reviewed for conformance with the content requirements in the following format: Style and Format; all text shall be legible. A cover page shall include equipment name, model number, manual issue date, manufacturer?s identification name and address, revision designator, and serial numbers for the equipment covered. A table of contents shall be provided. Content, technical manuals: Shall include sections addressing safety, general information, use and installation maintenance and service, storage, and symbols. The content of the sections shall conform to standard industry commercial requirements under those headings. Test data sheets shall be included. Calibration information shall include minimum performance specifications for all required test equipment. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government?s right under the inspection clause, nor does it limit the Government?s rights with regard to the other terms and conditions under this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverables listed in the schedule. The equipment shall be FOB Origin. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jul 03) is incorporated by reference and applies to this acquisition. FAR 52.212-2 Evaluation ? Commercial Items (Jan 99) - 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: technical capability of the item offered to meet the Government requirement; price. Offerors shall provide back-up information supporting the price offered. This could take the form of the most recent catalog price list, invoices from previous sales of same items, etc. The offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representation and Certifications ? Commercial Items (Jun 03) and DFARS 252.212-7000 Offeror Representations and Certifications ? with its offer. The FAR Clause 52.212-4 Contract Terms and Conditions ? Commercial Items (Feb 02) applies to this acquisition and will be incorporated into any resulting contract. The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 03) apply to this acquisition, specifically, the following cited clauses are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate 1 (Oct 95), 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business concerns (Oct 00), 52.219-14 Limitation on Subcontracting (Dec 96), 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 99), 52.222-21 Prohibition of Segregated Facilities (Feb 99), 52.222-26 Equal Opportunity (Apr 02), 52.222-35 Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era (Dec 01), 52.222-36 Affirmative Action for Handicapped Workers (Jun 98), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (Dec 01), 52.225-3 Buy American Act Supplies (Jun 03), and 52.232-33 (Payment By) Electronic Funds Transfer (Central Contractor Registration) (May 99). 52.247-1 Commercial bill of lading, 52.247-52 Clearance and documentation requirements, 52.247-32F.O.B Origin ? Prepaid Freight (Note 6Z. Note to contractor: Contact CTO if problems arise. Ship Door-to-door commercial express carrier service for movement of MICAP and Project Codes [TP-1 and TP-2/RDD 777]: 122,123,700,780 [With restrictions], 879,880, 9bu, 9FF, 9FS, 9GF, 9FV, 9FG, SURGE and 720). The following DFARS clause and provision applies to this solicitation and is incorporated by reference: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (Jun 03). The Government reserves the right to award the contract without initiating discussions. Responses to this solicitation are due by 1500 hrs (3:00p.m.) on 28 Aug 03. The proposal shall be signed by an official authorized to bind the company. Offerors shall submit 1 copy of their proposal and the Representations and Certifications (FAR 52.212-3 and DFARS 252.212.7000) to be faxed to 478-926-7452 or emailed to Debi.Weems@Robins.af.mil.: Offeror shall submit two copies of the commercial technical manuals for the proposed Electronic 20 GHz CW Microwave Frequency Counter described in WR03LEEC122 (above) to WR-ALC/LEK 205 Byron Street, Robins AFB GA 31098-1611 ATTN: Debi Weems. No telephone inquiries will be accepted.
- Place of Performance
- Address: Various Continental United States and Overseas locations
- Record
- SN00408787-W 20030823/030821213732 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |