SOLICITATION NOTICE
58 -- Aeroflex Project 25 Radio Test Set, Xantrex DC Power Supply , Aglient 225MHz Universal Counter, and Anritsu Attenuator
- Notice Date
- 5/23/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Air Force, Air Mobility Command, AMC Contracting Flight (HQ AMC/A7KQ), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5022, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA4452-07-F-0043
- Response Due
- 6/5/2007
- Archive Date
- 7/30/2008
- 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. The AMC Specialized Contracting Branch intends to solicit and award a firm-fixed price contract, under Federal Acquisition Regulation (FAR) Part 12 and 13. The North American Industry Classification System (NAICS) for this acquisition is 334515 with a Small Business Size Standard of 500 employees. Please identify your business size in your response based upon this standard. The solicitation number for this announcement is Request for Proposal (RFP) FA4452-07-Q-A043. The requirement is for three (3) each of the following Aeroflex Project 25 Radio Test Set, P/N 2975 including AC25, with the following features: click and tune spectrum analyzer mode, RF receive/generate with full cross band duplex operation, C4FM/FM/AM modulation and demodulation, RF power/frequency/frequency error/distortion/SINAD/AF level/voltage meters; Xantrex DC Power Supply 150 Watts, 150 Volts, P/N XHR150-7 with the following features: power factor correction (0.99min), zero voltage (?soft?) switching for high efficiency and low noise, 85 to 250 VAC universal input, 10-turn voltage and current control, constant voltage-constant current, adjustable overvoltage protection, LED voltmeter and ammeter, remote sensing and programming, output current/voltage monitor, front panel standby switch, remote onoff, LabView and LabWindows (National Instruments) drivers, stackable half-rack package-benchtop or rack mountable; Aglient 225MHz Universal Counter - 10 Digits/s P/N 53131A with the following features: 225 MHz bandwidth (optional 1.5, 3, 5, or 12.4 GHz), 10- or 12-digit resolution with 1 s gate time, GPIB interface and IntuiLink connectivity software standard, data transfer rate of up to 200 fully formatted measurements/second, frequency range A - .1Hz ? 225MHz, frequency range B - .1Hz to 225 MHz, frequency resolution ? 10 digits, input sensitivity 1 ? 20 mVrms ? 5Vrms, input sensitivity 2 ? HP-IP ? 5Vrms, number of channels ? 2, 20mVrms ? RS/232, time base accuracy .3 ppm; and Anritsu Attenuator, 30 DB, 50 Watt, Bi-Direction with the following features: Attenuator, 30 dB, 50 Ohmatt, DC to 18 GHz, N(m)-N(f). Brand Name or Equal. Items must be new, not reconditioned or refurbished. Delivery is as follows: 349CS/SCM, 531 Waldron St., Bldg. 239, Bay G, Travis AFB, CA 94535-2906. Total cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-17. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The following clauses apply to this acquisition: FAR 52.211-6, Brand Name or Equal and FAR 52.214-21, Descriptive Literature. If proposing an ?Equal? product be sure to submit documentation which demonstrates the item?s compliance with the salient characteristics as mentioned above. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement. Offerors are required to submit with their offer a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, or provide notification that their Representations and Certifications are available on the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. The clause at FAR 52.204-7 Central Contractor Registration applies to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clauses at 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-27; Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; 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, Affirmative Action 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; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration apply to this acquisition The clauses at FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea apply to this acquisition. The clause at AFFARS 5352.201-9101--Ombudsman applies to this acquisition. This is a DO rated order under the Defense Priorities and Allocations System (DPAS). Wide Area Workflow procedures shall be used for invoicing and acceptance on this requirement. All offers are due to this agency no later than 3:00 p.m., Central Daylight Time (CDT), 5 June 2007. Send all offers to David Limbrick, 507 Symington Dr. Rm W202, Scott AFB, IL 62225-5022, or by facsimile to 618-256-3091, or e-mail to David.Limbrick@scott.af.mil. To view the clauses in full text, visit www.acqnet.gov/far or farsite.hill.af.mil.
- Place of Performance
- Address: 349CS/SCM, 531 Waldron St., Bldg. 239, Bay G, Travis AFB, CA
- Zip Code: 94535-2906
- Country: UNITED STATES
- Zip Code: 94535-2906
- Record
- SN01301428-W 20070525/070523225855 (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 |