SOLICITATION NOTICE
36 -- ULTRAWIDEBAND AZIMUTH-PLANE BEAM FORMER
- Notice Date
- 12/8/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- N00244 Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024406T0164
- Response Due
- 12/13/2006
- Archive Date
- 1/14/2006
- Point of Contact
- DEBORAH REID 562-626-7865 562-626-7275 FAX
- E-Mail Address
-
Email your questions to Use this e-mail address to contact the Contract Specialist
(deborah.reid@navy.mil)
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using simplified acquisition procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-06-T-0164. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-06 and DFARS Change Notice 20051114. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS Code is! 541990 and the Small Business Standard is $6.0M. The Fleet & Industrial Supply Center, Seal Beach intends to procure 1 ea Ultrawideband Azimuth-Plane Beam Former, P/N Q48Z400. Contract shall be sole source to Alden Electromagnetic Beam Formers, Cheyenne, WY. Alden Electromagnetic is offering ultra-wideband with full frequency range capability in a single unit (500 MHz to 12 GHz), which must be able to transmit/receive with least 75% efficiency through the entire frequency range. Other specification are as follows: should have non-negative bore sight gain at 500MHz (not lower than ?3dB) and the peak (bore sight) gain, should increase with frequency at the rate of no less than 4dB per decade. Former must have high RF power capability of no less than 100 Watts (CW) and must fit into a cylinder approximately 2 inch in diameter and 24 inch in height. The beam-formers should be encapsulated within a hydrophobic shell to preempt damage from adverse weather/environmental conditions. The encapsulated structure must have high impact resistance, and good tensile strength. The weight of the beam-former, without encapsulation, should not exceed 90lbs. The encapsulated beam-former must be able to operate at temperatures from ?20 degrees to +80 degrees Celsius, in up to 100% relative humidity. The structure should be able to sustain minor shrapnel impact, winds having a relative velocity of 100 knots and up to +4g peak vibration in operational use. Delivery is 180 days ARO. FOB Destination. Place of delivery is Naval Postgraduate Monterey, CA. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea Alt III 252.247-7024, Notification of Transportation of Supplies by Sea. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received within ten days after date of publication of this synopsis. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a quote, which shall be considered by the agency. Quotes must be received no later than 1:00 P.M., local time 13 December 2005 and will be accepted via fax 562-626-7275! or via e-mail deborah.reid@navy.mil.
- Web Link
-
Click here to get more information about FISC, San Diego
(http://www.sd.fisc.navy.mil)
- Record
- SN00948408-W 20051210/051208212636 (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 |