Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2009 FBO #2835
SOLICITATION NOTICE

58 -- Antenna Retrofit

Notice Date
8/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, Colorado, 80912-2116, United States
 
ZIP Code
80912-2116
 
Solicitation Number
F3RTCL918A001
 
Archive Date
9/16/2009
 
Point of Contact
Anthony S Quarles, Phone: 7195677945, Nadine Catania, Phone: 7195677332
 
E-Mail Address
anthony.quarles@schriever.af.mil, nadine.catania@schriever.af.mil
(anthony.quarles@schriever.af.mil, nadine.catania@schriever.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ANTENNA RETROFITS (i) 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. (ii) Solicitation #F3RTCL9180A001 is issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. (iv) This acquisition is 100% set aside for small business. The associated NAICS 334220. The size standard is 750 Employees. (v) This RFQ has 34 line items. The government intends to procure; CONTRACT LINE ITEM: 0001-(10 ea) - 2 Way RF Divider, 2.0-18GHz, Model: 4456-2 OR EQUAL 0002-(14 ea) - 4 Way RF Divider, 2.0-18GHz, Model: 4456-4 OR EQUAL 0003-(2 ea) - Equipment Enclosure, 15RU with ECU, 19" rack mount, aluminum construction, 1" poly closed cell or equal insulation inside, 2500BTU/hr modified thermoelectric cooling NEMA 4X rated, 120VAC 10A or less, 30.75" high x 23.5"wide x 32" deep externally, at least 4 carry handles, pressure relase valve, 400watts heating with thermostat for heat and cooling. Must have cable exit opening minimum 4"x12" container must have white semi gloss exterior finish. Model: TCR312438-P1H-05-T1074 OR EQUAL 0004-(2 ea) - 100W C Band SSPA - Model: XTS-100C OR EQUAL 0005-(2 ea) - 100W Ku Band SSPA - Model: XTS-100K1 OR EQUAL 0006-(6 ea) - 40 Foot Interconnect Control Cables - Model: CBLS40 OR EQUAL 0007-(4 ea) - Dual Digital HPA Controller - Model: XTC-114D OR EQUAL 0008-(2 ea) - RC3000D Antenna Controller (FG/GPS/TRK/Ethernet) - Model: FP RC3KD OR EQUAL 0009-(2 ea) - RC3KD Fluxgate Software Option - Model FP RC3KDFG OR EQUAL 0010-(2 ea) - RC3KD GPS Software Option - Model FP GPS OR EQUAL 0011-(2 ea) - Step Tracking Software Option - Model: FP 3KATRACKING OR EQUAL 0012-(2 ea) - RC3000D to VS-1 Cable Set, 10 feet length - Model: FP 3KDCBLRA010 OR EQUAL 0013-(2 ea) - RC3000D PC Remote Control - Model: FB-3KAPRC OR EQUAL 0014-(2 ea) - Ku Band WR75 in-line Directional Coupler, 30 dB Coupling - Model: 75-302B-30-6-6 OR EQUAL 0015-(2 ea) - C Band WR137 Directional Coupler, 30 dB Coupling - Model: 137-302B-30-2-2 OR EQUAL 0016-(2 ea) - C Band WR229 Directional Coupler, 30 dB Coupling - Model: 229-302B-30-2-2 OR EQUAL 0017-(2 ea) - X Band WR112 Directional Coupler, 30 dB Coupling - Model: 112-302B-30-6-6 OR EQUAL 0018-(2 ea) - X Band WR112 90 Degree E Plane Miter - Model: 112-520B-1.6x1.6-6-6 OR EQUAL 0019-(2 ea) - C Band WR127 Flange Spacer Inlet - Model 137-211A-2-2 OR EQUAL 0020-(2 ea) - X Band WR90 Flange Spacer Inlet - 137-311A-2-2 OR EQUAL 0021-(2 ea) - Ku Band WR75 Flange Spacer Inlet - Model: 75-211A-6-6 OR EQUAL 0022-(2 ea) - WR229 90 Degree E Plane Miter - Model: 229-520B-2.21x2.21-2-2 OR EQUAL 0023-(2 ea) - WR229 90 Degree H Plane Miter - Model: 229-530B-3x3-2-2 OR EQUAL 0024-(2 ea) - WR229 C Band Waveguide Quick Connect with CPRG Flanges - Model: AMC-212-QD-G/G-6B OR EQUAL 0025-(2 ea) - WR137 C Band Waveguide Quick Connect with CPRG Flanges - Model: AMC-202-QD-G/G-3B OR EQUAL 0026-(2 ea) - WR112 X Band Waveguide Quick Connect with CPRG Flanges - Model: AMC-203-QD-G/G-3B OR EQUAL 0027-(4 ea) - WR75 Ku Band Waveguide Quick Connect with Grooved Cover Flanges - Model: AMC-206-QD-CG/CG- 3B OR EQUAL 0028-(10 ea) - RF Cable, 35 ft SMA/M-SMA/M, Semflex LA290 Cable or Equal - Model: EW292-AMAM-420 OR EQUAL 0029-(6 ea) - RF Cable, 35 ft SMA/M-SMA/M Right Angle, Semflex LA290 Cable or Equal - Model: EW292-AMARG-420 OR EQUAL 0030-(16 ea) - RF Cable, 5 ft, SMA/M-SMA/M IW1801 Cable or Equal - Model: EW200-AMAM-60 OR EQUAL 0031-(12 ea) - RF Cable, 1 ft, SMA/M-SMA/M IW1801 Cable or Equal - Model: EW200-AMAM-12 OR EQUAL 0032-(24 ea) - RF Cable, 6 inch, SMA/M-SMA/M Extended Boot, SS-402 Cable - Model: FL141-ASAS-06 OR EQUAL 0033-(2 ea) - Downconverter, Triband to L Band, (9800 Series Indoor or T/Q Outdoor Unit) - Model: DNB-T/-BCDFH OR EQUAL 0034-(2 ea) - SSC 3430-L Beacon Receiver 930 to 2300 MHz, with 50 KHz Predetect Filter and SMA Input - Model: 3430-L OR EQUAL (vii) Please include delivery time frame. FOB point is Destination (Schriever AFB, CO). Quoted prices must be delivered (F.O.B. Destination) prices. The following FAR Provisions and Clauses apply to this acquisition: (viii) 52.212-1 Instructions to Offerors-Commercial Items, (ix) Evaluation will be based on; FAR 52.212-2 -- Evaluation -- Commercial Items. a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) price lowest price technically acceptable (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Responding contractors shall include quotations and descriptive literature with their response to allow the government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this combined synopsis solicitation and the salient characteristics document. The Contracting Officer will evaluate "equal" products on the basis of the evaluation factors listed in this solicitation and the information furnished by the quoter or identified in the quote and reasonably available to the Contracting Officer. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Include manufacturer's name, model number, and specifications in your quote. The quoter may provide an "equal" product. (x) 52.212-3 Offeror Representations and Certifications-Commercial Items, (xi)52.212-4 Contract Terms and Conditions-Commercial Items, (xii) 52.212-5(DEV) Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items, (xiii) 52.204-7 Central Contractor Registration,52.211-6,52.219-6 Notice of Total Small Business Set Aside,52.222-19 Child Labor- Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities,52.222-26 Equal Opportunity,52.222-50 Combating Trafficking in Persons,52.225-13 Restrictions on Certain Foreign Purchases,52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration,52.233-3 Protest After Award,52.233-4 Applicable Law for Breach of Contract Claim,252.225-7001 Buy American Act and Balance of Payments Program,252.232-7003 Electronic Submission of Payment Requests and Receiving Reports,252.247-7023 Alt III Transportation of Supplies by Sea,52.252-1 Solicitation Provisions Incorporated by Reference,52.252-2 Clauses Incorporated by Reference, 252.212-7001(DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items,52.203-3 Gratuities,5352.201-9101 OMBUDSMAN. Copies of all provisions and clauses, are available at http://farsite.hill.af.mil/. (xv)(1) Contract financing will NOT be provided for this acquisition. The Government will make an award from this request for quotation to the responsible quoter whose quote will be most advantageous to the Government. The Government reserves the right to not make an award at all. (2)By submission of a quote, the quoter acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. (3) No special format or form is required for your quote. (xvi) ALL QUOTES ARE DUE BY Twelve PM (12:00 PM) EST ON 1 September 2009. (xvii) Point of contact for this acquisition is SrA Anthony S. Quarles, 719-567-7945. Quotes can be E-mailed to anthony.quarles@schriever.af.mil; faxed to 719-567-3438, Attn: SrA Anthony Quarles.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/50CS/F3RTCL918A001/listing.html)
 
Place of Performance
Address: Schriever AFB, 620 AVIATION WAY, COLORADO SPRINGS CO 80916-2724, Colorado Springs, Colorado, 80916, United States
Zip Code: 80916
 
Record
SN01929851-W 20090829/090828082511-728ae6e3b9ae2939275d297cc05b44dc (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.