Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2007 FBO #2007
SOLICITATION NOTICE

58 -- Compact VME Receivers (Combined Synopsis/RFP)

Notice Date
5/24/2007
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236-07-R-0177
 
Response Due
5/29/2007
 
Archive Date
6/28/2007
 
Small Business Set-Aside
N/A
 
Description
SPAWARSYSCEN Charleston intends to award a fixed price contract as a result of this 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. The Request for Proposal (RFP) number is N65236-07-R-0177. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is for the purchase of the following line items: Qty 2 of a 3RU 6 slot VME64X Form Factor 8 channel HF/VHF/UHF Software Defined Receiver Assembly consisting of following line items and quantities to assemble 2 units. CLIN Description 0001 Six Slot VME 64x 3U Chassis (AC/DC Power) 2 each 0002 6 Slot RACE++ Crossbar Switch 2 each 0003 Dual Channel VHF/UHF (20-3000 MHz) Software Defined Radio (1slot) 6 each 0004 Dual Channel HF/VHF/UHF (0.5-3000 MHz) Software Defined Radio (1slot) 2 each 0005 1 Slot VME GPS Time and Frequency Reference Card 2 each 0006 VME Controller Card 2 each Qty2 of a 2RU 4 slot VME64X Form Factor 4 channel VHF/UHF Software Defined Receiver Assembly consisting of following line items and quantities to assemble 2 units. CLIN Description 0007 4 Slot VME 64x 2U Chassis (AC/DC Power) 2 each 0008 4 Slot RACE++ Crossbar Switch 2 each 0009 Dual Channel VHF/UHF (20-3000 MHz) Software Defined Radio(1slot) 4 each 0010 1 Slot VME GPS Time and Frequency Reference Card 2 each 0011 VME Controller Card 2 each 0012 2nd Day Air shipping charges 1 EA Requirements: The proposed acquisition is for the procurement of high- performance, software-definable wideband VME form factor receivers that can meet the challenging size, weight, and power characteristics outlined in the table below. In order to meet the requirements, the receiver shall be compact in size and shall not consume more than 3W per channel. The unit will not be larger than a single slot in a VME chassis. The receiver will cover a frequency range from 0.5 to 3000 MHz (HF/VHF/UHF). The receiver shall be able to present a continuous 30 MHz display of the spectrum within the frequency range of the unit. The receiver shall able to demodulate AM, FM, CW, and SSB signals in the frequency range of interest. The receiver will provide an audio output in digital format of ??-law or A-law algorithm. The VME receiver will utilize either serial rapid I/O or RACE++ interface bus. The receiver will have a FPGA based software architecture that will allow the unit to be easily reprogrammed. The real time operating system for the unit shall be Linux. The unit will have a command set to allow standard operations of a surveillance receiver. The operating system architecture and the FPGA based software architecture shall be open source, allowing for the use of government produced software to control the receiver. The Delivery requirement is 5-7 months after the date of contract award. Inspection/Acceptance: Government/Destination; Place of delivery: SPAWARSYSCEN Charleston SC. Proposals that do not include prices for all requirements and that do not meet the general requirements will not be considered. Estimated contract award is 30 May 2007. The applicable NAICS Code is 334511. The following provisions and clauses apply to this acquisition: - 52.203-3, Gratuities - 52.203-6, Restriction on Subcontractor Sales to the Government - 52.212-1, Instructions to Offerors - 52.212-2, Evaluation Commercial Items - 52.212-3, Offeror Representation and Certifications-Commercial Items (Offerors must include a completed copy (attached) with offer or certify that this information is in ORCA) - 52.212-4, Contract Terms and Conditions-Commercial Items - 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items: -52.222-3, Convict Labor (June 2003)(E.O. 11755) -52.222-19, Child Labor???Cooperation with Authorities and Remedies (June 2004) (E.O. 13126). -52.222-21, Prohibition of Segregated Facilities (Feb 1999). -52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). -52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). -52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). -52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans -52.225-13, Restrictions on Certain Foreign Purchases (Jan 2004) -52.232-33, Payment by Electronic Funds Transfer???Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332) -52.247-29, FOB Origin -252.204-7004, Required Central Contractor Registration (NOV 2001) -252.209-7001, Disclosure of ownership or control by the government of a terrorist country -252.212-7000, Offeror Representations and Certifications-Commercial Items (Offerors must include a completed copy (attached) with offer or certify that information is in ORCA) -252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable To Defense Acquisitions of Commercial Items (May 2002): -252.225-7001 Buy American Act and Balance of Payments Program -252.225-7012, Preference for certain domestic commodities -252.232-7003 Electronic Submission of Payment Requests -252.247-7023 Transportation of Supplies by Sea (Alt. III) -252.247-7024 Notification of transportation of supplies by sea L-349 SUBMISSION OF ELECTRONIC PROPOSALS (MAR 2001) (a) Offerors shall also submit their proposals electronically to SPAWAR under the instructions contained in this provision. Offerors shall submit their signed proposals as either scanned ("TIFF") or "PDF" documents. Electronic copies shall be submitted via the SPAWAR E-Commerce Central (SPAWAR E-CC). Offerors submitting electronic proposals (e-Proposals) shall register in the SPAWAR E-CC and select their own password in order to submit a proposal. Offerors are required to read the "Submitting a Proposal?" web page found in the SPAWAR E-CC. For information about "e-Proposal" submission, please visit the SPAWAR E-CC. The URL for the SPAWAR E-Commerce Central is https://e- commerce.spawar.navy.mil. (b) Each electronic file shall also be clearly marked to show the proposal volume number, solicitation number and offeror's name. E-Proposal files shall not contain classified data. The offeror's e-proposal shall be in accordance with the requirements set forth below: (1) Adobe Acrobat version 4.01 or greater shall be used to create the "PDF" files. (2) The proposal submission files may be compressed (zipped) into one, self- extracting file entitled "PROPOSAL.EXE" using WinZip version 6.3 or greater. (c) Bids and proposals submitted electronically will be considered "late" unless the bidder or offeror completes the entire transmission of the bid or proposal prior to the due date and time for receipt of bids or proposals. This paragraph (c) supplements the submission, modification and withdrawal of bids and proposals coverage in the FAR 52.212-1 "Instructions to Offerors--Commercial Items", FAR 52.214-7 "Late Submissions, Modifications, and Withdrawals of Bids", FAR 52.214-23 "Late Submissions, Modifications, Revisions, and Withdrawals of Technical Proposals under Two-Step Sealed Bidding", or the FAR 52.215-1 "Instructions to Offerors--Competitive Acquisition" provision contained in the solicitation. Reference clauses may be accessed electronically at: http://farsite.hill.af.mil, www.arnet.gov.mil The Defense Priorities and Allocations Systems (DPAS) assigned rating for this procurement is D0A7. Electronic proposals/offers are due no later than 29 May 2007 10:00 AM PM EDT. Any offer received after this date and time will not be considered. G-317 WAWF INVOICING INSTRUCTIONS (FIXED PRICE CONTRACTS) (VAR 2) (a) "Invoice" as used in this clause does not include contractor's requests for progress payments. (b) The contractor will electronically submit its invoices using the Wide Area Workflow (WAWF) web site located at https://wawf.eb.mil. Please use the WAWF grid (to be provided in the contract) to assist you in entering mandatory data into WAWF. Information listed below in paragraph (c) should be submitted/uploaded as attachments to the invoice. (c) The use of copies of the Material Inspection and Receiving Report (MIRR), DD Form 250, as an invoice, is encouraged. DFARS Appendix F-306 provides instructions for such use. Copies of the MIRR used as an invoice are in addition to the standard distribution stated in DFARS F-401. (d) In addition to the requirements of the Prompt Payment clause of this contract, the contractor shall cite on each invoice the contract line item number (CLIN); the contract subline item number (SLIN), if applicable; the accounting classification reference number (ACRN) as identified on the financial accounting data sheets, and the payment terms. (e) The contractor shall prepare: a separate invoice for each activity designated to receive the supplies or services. a consolidated invoice covering all shipments delivered under an individual order. * either of the above. (f) If acceptance is at origin or destination, acceptance verification will be made via the WAWF web site. ___________________________________________________________________________ _________ Questions concerning this combined synopsis/solicitation must be submitted electronically to: email: donna.johnson@navy.mil, or call Donna Johnson, Code 027DJ at 843-218-5931 for further information.
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=FB9D19B02105088A882572E500661EC8&editflag=0)
 
Record
SN01302860-W 20070526/070524221748 (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 |
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.