SOLICITATION NOTICE
D -- Ku Band Integrated Mobile Satellite System
- Notice Date
- 1/21/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517410
— Satellite Telecommunications
- 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
- F2MTKV9348A001
- Archive Date
- 2/10/2010
- Point of Contact
- Alejandra De Los Santos, Phone: 210-977-4065, Rosie Sparks, Phone: 210-977-6622
- E-Mail Address
-
alejandra.delossantos@lackland.af.mil, rsparks@lackland.af.mil
(alejandra.delossantos@lackland.af.mil, rsparks@lackland.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The HQ AF ISR Agency, Contracting Flight at Lackland AFB, TX intends to award a Purchase Order as a "BRAND NAME" or "EQUAL" BASIS. Offerors submitting a quote for an "or equal" item must submit technical information so that the "or equal" can be evaluated. Government reserves the right to evaluate/test unit to ensure unit meets specifications prior to acceptance. This requirement is a small business set aside. 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: REQUIREMENT: CLIN 0001- 1EA - Flyaway System - iNetVu 1200 Auto point Ku band iDirect Ready with: iNetVu 2 pc 1.2M reflector Feed arm, Feed Horn, and Orthomode Transducer, Tripod and 30' cables, and 4 cases, Flexible waveguide, 7000 Controller in a 6RU Shock Case. CLIN 0002 - 1 EA - New Japan Radio (NJR) - Ku Band Block Up Converter (BUC) Output power: 25 watts, RF Frequency: 14.0 -14.5 GHz; Intermediate Frequency: 950-1450 MHz N input Connector. CLIN 0003 - 1 EA - External 24V DC power supply for BUC - Output current 2.4A, Output power 100 Watts, Output voltage=Max 26.4 Volts, Minimum 19.2 Volts. CLIN 0004 - 1 EA 4 Watt ku Band BUC NJT5017F, iDirect compatible, Output power: 4 watts (+33dBm min.); RF Frequency: 14.0 - 14.5 GHz, Intermediate Frequency: 950-1450 MHz, F input connector. CLIN 0005 - 1 EA- Low Noise Band - NJR2835S, Ku Band Internal Reference Phase Lock Loop (PLL), iDirect compatible, Input Frequency: 12.25-12.75 GHz, F output connector, Output Frequency: 950-1450 MHz, Color White CLIN 0006 - 1 EA - Norsat Ku Band PLL LNB 1000HE Series Ku PLL 10.95-12.75 GHz +/- 25 KHZ, NF 0.8DB 1000HE, CLIN 0007 - 1 EA - 3ft Flex Wave Guide. CLIN 0008 - 1 EA - User/System Manuals. All items are to be delivered to JIOWC/JEWC/EW2, 404 Greig St. Bldg 178, San Antonio, TX 78226. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-38. The requirement is FOB Destination. Payment of invoices will be made by DFAS-LI. 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 Offerors - 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) (DEC 2009); as do the following FAR clauses cited therein: 52.222-26, Equal Opportunity (MAR 2007); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (SEPT 2006); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (SEPT 2006), 52.225-3 Buy American Act-Supplies (JUN 2009), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003), 52.233-3 Protest After Award (AUG 1996) and 52.252-2 Clauses Incorporated by Reference (FEB 1998). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 2009), DFARS 252.225-7001; Buy American Act and Balance Payment Program (JAN 2009); 252.204-7004, 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 FOR REQUIREMENTS OTHER THAN BRAND NAME. ONLY THOSE OFFERORS 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 1:00 PM, Central Time, Jan 26, 2010 and should reference the Solicitation listed above. 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 Alejandra De Los Santos (210) 977-4065 or email alejandra.delossantos@lackland.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bb355071633d23e3eecfc6e1bc0d0360)
- Place of Performance
- Address: San Antonio, Texas, 78226, United States
- Zip Code: 78226
- Record
- SN02046455-W 20100123/100121234913-bb355071633d23e3eecfc6e1bc0d0360 (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 |