Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2005 FBO #1369
SOLICITATION NOTICE

58 -- ISAT Ku-Band Flyaway

Notice Date
8/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-05-T-0849
 
Response Due
8/30/2005
 
Archive Date
10/29/2005
 
Small Business Set-Aside
N/A
 
Description
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; quotes are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Quotes (RFQ). The combined synopsis/solicitation number is W91ZLK-05-T-0726. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-04. The associated North America Industry Classification System (NAICS) Code is 334220 and the Business Size Standard is 750. The contractor shall provide the following : CLIN 0001 - ISAT-Custom - ISAT Ku-Band Flyaway consisting of: Modulator (1); Demodulator (2); System Interface Unit (SIU) (1); Hand Held Maintenance Terminal (1); MMP CX950 (1); 10BaseT Card (1); Dual Analog Voice Card - provides two analog voice lines per card (4); Single V.35 Interface Card (1); Universal I/O Card - provides five V.35 ports (1); Ringer Module (1); Serial Expansion Module (1); Transmit, Receive & Power Cables (set); Documentation; Transit Case; Integration Labor; Materials & Internal Cabling. NOTE: Mentat IP A ccelerator will be provided as GFE and integrated into Transit Case, Qty 1; CLIN 0002 - Risk-Flyaway - Flyaway Risk Kit for ISAT Components consisting of: Modulator, 10BaseT LAN Card and V.35 Card, Qty 1; CLIN 0003 - KIV-19 Cable - KIV-19 RS-530 Straight -thru Interface Cables, Qty 3; CLIN 0004 - KIV-19-Y Cable - KIV-19 RS-530 Y Interface Cables, Qty 1, Note: Assumes that two (2) rack-mount KIV-19s will be supplied GFE; CLIN 0005 - VTC-DICA - VTC BRI Converter consisting of: ISDN - Frame Relay Converter a nd adapter cable for the VTC BRI, S-Interface Applications, Qty 1; CLIN 0006 - 1.5M-KU - 1.5-Meter Ku-band Flyaway Antenna: 1.5M Carbon Fiber Composite Antenna, Tripod Mount, & Antenna Cases; TS Gain 45.7dBi; RX Gain 44.10 dBi; Ku-Band Linear Feed Assembl y; RX: 10.95-12.75; TX: 13.75-14.5 GHz; (3) LNB's 10.9-11.7; 11.7-12.2; 12.25-12.75 GHz; Flexible, Rigid W/G, & Isolators. Environmental Specs: Wind Loading, 30 mph (48 km/h) Operational (without ballast or anchors); Temperature, -40 F to +140 F (-40 C to +60 C), Qty 1; CLIN 0007 - SSPA-Ku40 - Solid State Power Amplifier (SSPA) Ku-band provides 40 watts, Qty 1; CLIN 0008 - LABOR - Technical Support for Delivery and Training by two Technicians (two days on site plus travel time), Qty 40; CLIN 0009 - TRAVEL - Travel for Delivery and Training by two Technicians (amount not to exceed provided), Qty 1; CLIN 0010 - X-Band Feed - X-Band 2-port Feed Assembly (RX: 7.25-7.75 GHz; TX: 7.90-8.40 GHz) with case, Qty 1; CLIN 0011 - SSPA-X65 - Solid State Power Amplifier (SSPA) X-band provides 65 Watts, Qty 1; CLIN 0012 - C-Band Feed - C-Band 2-port Feed Assembly (RX: 3.662-4.200 GHz; TX: 5.850-6.425 GHz) with case, Qty 1; CLIN 0013 - SSPA-C40 - Solid State Power Amplifier (SSPA) C-band provides 40 Watts, Qty 1; CLIN 0014 - LABOR - Technical support for Delivery and Training by Two Technicians (Two days on site plus travel time), Qty 24; CLIN 0015 - TRAVEL - Travel for Delivery and Training by Two Technicians (amount not to exceed provided), Qty 1. Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery shall be to the U.S. Army Aberdeen Proving Ground-Edgewood Area, MD 21010. The following clauses will be incorporated by reference. 52.209-6 Protecting the Governments Interest When Subcontracting w ith contractors debarred, suspended or proposed for debarment. 52.212-4 Contract Terms and Conditions Commercial Items, 52.223-11 Ozone-Depleting Substances, 52-247-34 F.O.B. Destination. The provision at 52.212-1, Instructions to Offerors Commercial, appl ies to this acquisition. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the gove rnment. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applica ble: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 1 0 U.S.C. 2402), FAR 52.219-8, Utilization of Small Business Concerns 15 U.S.C. 637 (d)(2) and (3); FAR 52.219-14 Limitations on Subcontracting (DEC 1996) 15 U. S.C. 637(a)(14); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.222.35 Equal Opportunity for Special Disabled Vete rans, Veterans o f the Vietnam Era, and other Eligible Veterans (DEC 2001) (38 U.S.C. 4212). FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4 212); FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999). DFAR clause Contract Terms and Conditions required to Implement Statutes or Executive Orders appli cable to Defense Acquisitions of Commercial Items (Jun 2004). The following additional DFAR clauses cited in the clause 252.212-7001 are applicable: 52.203-3 Gratuities, 252.225-7001 Buy America and Balance of Payment Program, 252.225-7012 Preference for C ertain Domestic Commodities, 252.225-7015 Preference fo Domestic Hand or Measuring Tools, 252.232-7003 Electronic Submission of Payment Requests (Jan 2004)(10 U.S.C. 2227). The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, http://www.arnet.gov/far, and http://www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail or fax August 30 2005 no later than 12:00 PM EST at the US Army Contracting Agency, SFCA-NR- APC-T (Barbara Kuklinski), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Barbara Kuklinski, Contract Specialist via fax (410)306-3863, or via email barbara.kuklinski@us.army.mil.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00878422-W 20050826/050824212850 (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 |
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.