Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2009 FBO #2931
SOLICITATION NOTICE

70 -- Linear Power RF Amplifier

Notice Date
12/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, AF ISR Agency, AF ISR Agency/A7KA, 102 Hall Blvd, Ste 258, Lackland AFB, Texas, 78243, United States
 
ZIP Code
78243
 
Solicitation Number
F2MTKV9302A001
 
Archive Date
12/23/2009
 
Point of Contact
Kenneth Khan, Phone: 210-977-6367, Rosie Sparks, Phone: 210-977-6622
 
E-Mail Address
kenneth.khan@lackland.af.mil, rsparks@lackland.af.mil
(kenneth.khan@lackland.af.mil, rsparks@lackland.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis-Linear Power RF Amplifier Solicitation#F2MTKV9302A001 The HQ AF ISR Agency, Contracting Flight at Lackland AFB, TX intends to award a Purchase Order for this requirement. 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. The procurement is being issued a 100% Small Business Set Aside, NAICS: 334511 Size Standard: 500 and the Government will evaluate and test the product prior to acceptance. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The item is a commercial product which may not be customarily available in the commercial marketplace but with minor modifications can be made to meet Federal Government requirements. The Government REQUIREMENT is as follows: CLIN 01-Linear Power Radio Frequency Amplifier-Quantity (1). Specification requirements: Frequency Range: 0.8GHz-6.0GHz. Output Power: 50 Watts minimum, Power Output @1dbcompression point minimum 40 watts,, Impedence:50 ohms, AC input: 100-240 VAC, single phase, Input Signals: CW/AM/FM/Pulse, IP3 figure: Min+53dbm typical, Small Signal Gain Flatness+/- 1.5db max, Harmonics:-20 dab typical @ 40 Watts, Dimensions: Not to Exceed(NTE) 19" wide, rack mountable with rackmount hardware kit, NTE 10" high, NTE 22: Deep, NTE 80 pounds total weight, Input connectors: Type N, Grounding: Chassis, Cooling Internal Forced Air, Temperature range: -0C-50C minimum, Operating Humidity: 95% non-condensing, Operating altitude: up to 10,000 ft above sea level, and Shock/Vibration: able to withstand normal truck vibration. All items are to be delivered 30 days after date of contract to JIOWC/JEWC/EW2, 404 Greig St, Bldg 178, San Antonio, TX 78226 (210) 925-4864. The requirement is FOB Destination and the payment of invoices will be made by DFAS-LI.. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-37. The following FAR clauses and provisions apply to this requirement which can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil. 52.212-1, Instructions to Offeror - Commercial Items (JUN 2008), 52.212-2-Evaluation of Commercial Items (JAN 1999), 52.212-3, Offeror Representations and Certifications- Commercial Items, (AUG 2009), 52.212-4, Contract Terms and Conditions-Commercial Items (MAR 2009); FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION) (SEPT 2009). Required Central Contractor Registration (SEPT 2007). FIRMS THAT RECOGNIZE AND CAN PROVIDE THE REQUIREMENT DESCRIBED ABOVE ARE ENCOURAGED TO IDENTIFY THEMSELVES AND PROVIDE THE SUPPORTING EVIDENCE DESCRIBED HEREIN. THE GOVERNMENT WILL MAKE AN AWARD TO THE RESPONSIBLE OFFEROR WHOSE OFFER CONFORMS TO THIS REQUIREMENT AND IS THE LOWEST PRICE, AS FOLLOWS: 1) A DECISION ON THE TECHNICAL ACCEPTABILITY SHALL BE MADE BASED ON THE SPECIFICATIONS STATED ABOVE. ONLY THOSE OFFERS DETERMINED TO BE TECHNICALLY ACCEPTABLE WILL BE CONSIDERED FOR AWARD. 2) ALL TECHNICALLY ACCEPTABLE OFFERORS WILL THEN BE RANKED BY EVALUATED PRICE. AWARD WILL BE MADE TO THE OFFEROR WHOSE OFFER HAS BEEN FOUND TO BE TECHNICALLY ACCEPTABLE AND IS THE LOWEST PROPOSED PRICE. ALL RESPONSES RECEIVED BY THE DUE DATE WILL BE CONSIDERED BY THE GOVERNMENT. Offers are due at the AF ISR Agency Contracting Division not later than 15:00,Central Time, 08Dec2009 and should reference Solicitation# F2MTKV9302A001. OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (AUG 2009). Effective 1 Jun 98, contractors must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) prior to receiving any contract award. You can register in the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov/ and https://orca.bpn.gov/login.aspx. All responsible sources may submit an offer, which, if timely received, will be considered by this office. For more information contact Kenneth Khan (210) 977-6367 or email kenneth.khan@lackland.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0c505e4079530192a13178d14daab18a)
 
Place of Performance
Address: 404 Greig Street, Building 178, San Antonio, Texas 78226, San Antonio, Texas, 78226, United States
Zip Code: 78226
 
Record
SN02014551-W 20091203/091202000705-0c505e4079530192a13178d14daab18a (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.