SOLICITATION NOTICE
59 -- Fiber Optic Transmitter
- Notice Date
- 5/2/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- N00253 610 Dowell Street Keyport, WA
- ZIP Code
- 00000
- Solicitation Number
- N0025306T0123
- Response Due
- 5/12/2006
- Archive Date
- 6/11/2006
- Description
- This requirement in support of the Naval Undersea Warfare Center Division Keyport, 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. The solicitation number for this requirement issued as a request for quotation is N00253-06-T-0123. The applicable NAICS Code for this requirement is 334200 and has a size standard of 750 employees. Naval Undersea Warfare Center Division Keyport is contemplating award on a sole source purchase order to Meret Optical 7343 Ronson Road Suite N, San Diego, CA. 92111 in accordance with 10 USC 2304-C-1, as implemented by FAR 6.302-1. Dealers are encouraged to respond. This notice of intent is not a request for competitive quotes. However, all quotes received within 10 days after the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely for the purpose of determining whether to conduct a competitive procurement. NUWC Division Keyport has a requirement for the following. CLIN 0001: 15 Each ? Circuit Card Assembly. Fiber Optic RGB Video 100 Mhz Transmitter, Plug-In Circuit Card. This item is a Fiber Optic Red/Green/Blue Video Transmitter Circuit Card Module, Part Number VGL3120N-GBX. This item transmits video data within the Tactical Tomahawk Weapons Control System (TTWCS). The system requires a high resolution 1280 x 1024 pixel-size video display, which is provided by the VGL3120N-GBX. This Fiber Optic Transmitter must have the following technical characteristics: It must be capable of resolving wavelengths within a tolerance of 1,300 nanometers between 10 hertz and 200 Megahertz (+/-3 decibels). The signal rise and fall time must be less than 2.2 nanoseconds, with a signal-to-noise rat io of greater than or equal to 48 decibels, at a loss budget of 6 decibels. The automatic gain control (AGC) dynamic range must be greater than or equal to 8 decibels. Signal linearity must be less than or equal to 4 Percent. Signal overshoot must be less than or equal to 10 Percent. Signal settling time must be less than or equal to 5 Percent within 6 nanoseconds. The gain stability must be plus or minus 1 Percent variance at peak white signal. The input coupling must be direct current (DC). The optical connector must be the ?ST? type; the video connector must be a ?BNC? type. The video input signal level must be 1 volt peak-to-peak (nominal), with an impedance of 75 ohms (unbalanced). The fiber optic transmitter must operate from +15 volts (DC) and -15 volts (DC). The front panel of the fiber optic transmitter must have a separate light emitting diodes (LEDs) to indicate the presence of valid Red, Green, Blue, and synchronization video signals at the input of the module. The unit?s weight must be 2 pounds or less. Due to severe environmental conditions aboard Naval Ships, the fiber optic transmitter must meet minimum Shock and Vibration test standards as specified by MIL-STD-167-1 and MIL-S-901 Revision D. Note: Additional information pertaining the requirements of this solicitation can be found on Government Drawing 7111070. Shall work with fiber optic receiver module 53711-711-76. Shall be tested and aligned to comply with outputs specified in NUWC Division Keyport Report (2273 (latest revision), incorporated in full. The drawings listed herein are Export Controlled. Only vendors that are registered with the DOD, Joint Certification Program and provide a completed DD Form 2345, Military Critical Technical Data Agreement are eligible to receive copies of the drawings. The Export Controlled Drawings will be provided under separate cover in accordance with the requirements stated in ?Instructions for Obtaining Export-Controlled Technical Data? and completion of DD Form 2345, Military Critical Technical Data Agr eement. Additional information regarding this program may be obtained at www.dlis.dla.mil/jcp. The following provisions apply to this solicitation: 52.211-14 Notice of Priority Rating for National Defense Use, 52.212-1 Instructions to Offerors. Offerors are advised that a completed copy of the provision at 52.212-3 Offerors Representation and Certification-Commercial Items, and 252.225-7000 Buy American Act-Balance of Payments Program Certificate must be a part of their quote. Offerors are also advised that these representations and certifications must be completed electronically via the ORCA website at http://orca.bpn.gov. Following are additional FAR and DFARS Clauses applicable to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items, 52.212-3 Offerors Representation and Certification-Commercial Items, Clause 52.212-4 Contract Terms and Conditions-Commercial items, Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.247-34 F.o.b.Destination, and 52.252-2 Clauses Incorporated By Reference. The following FAR clause cited in clause 52.212-5 are applicable to this acquisition: 52.222-3 Convict Labor, 52.222-19 Child labor-Cooperation w/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 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 Vietnam Era, and Other Eligible Veterans, 52.225-13 Restriction on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. Following DFARS clauses and provisions are applicable to this acquisition: 252.212-7001 Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, and 252.225-7000 Buy American Act Balance of Payments Program C ertificate. The following FAR and DFARS clauses cited in Clause 252.212-7001 are applicable to this acquisition: 52.225-7001 Buy American Act and Balance of Payments Program, 252.247-7023 Alternate III, Transportation of Supplies by Sea. The following Red/Yellow/Green evaluation clauses are incorporated by reference: 252.213-9401 Notice to Prospective Suppliers, 252.213-9402 Additional Evaluation Factor for Consideration of Past Performance Navy Red/Yellow/Green Program, Quotes/Offers are due no later than May 12, 1400 hours Pacific Time. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DX-C9. Firms interested in submitting quotes must (1) complete the pricing providing unit prices and extended pricing, (2) complete all representations and certifications found in the required clauses (3) submit manufacturer information of proposed items and (4) ensure current registration in the DoD Central Contractor Registration database (http://www.ccr.gov). The Purchase Order resulting from this solicitation will be awarded based on the following evaluation factors: (1) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments. (2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price and the following price evaluation factors: Single award for all items. Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves the right to make a single award to the offeror whose offer is considered in the best interest of the government, price and other factors considered. Therefore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. (3) Responsibility: Offerors must meet the standard for FAR 9.104. Past performance evaluation criteria to be price and the Navy Red/Yellow/Green database. Any questions should be submitted in writing via e-mail to elyhj@kpt.nuwc.navy.mil. To access the provision 52.212-3, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dp/dars/dfars.html. No bidders list will be maintained by this office. No paper copies of this RFQ / amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer non-responsive and result in rejection of the same. The following Numbered Notes applies: 9, and 22.
- Web Link
-
NUWC Keyport Acquisition Division
(http://www-keyport.kpt.nuwc.navy.mil/NECO/solicitation .htm)
- Record
- SN01039382-W 20060504/060502221151 (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 |