Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 24, 2010 FBO #3073
SOLICITATION NOTICE

66 -- RF Test Chambers for Portable RF-Based Electronic Devices - SF-18 FORM

Notice Date
4/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
RA1341-10-RQ-0564DR
 
Archive Date
4/27/2010
 
Point of Contact
DianaRomero, Phone: 303-497-3761
 
E-Mail Address
diana.romero@noaa.gov
(diana.romero@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
RFQ FORM SF-18 COMBINED SYNOPSIS/SOLICITATION RF Test Chambers for Portable RF-Based Electronic Devices (I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; request for quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number RA1341-10-RQ-0564DR. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39. (IV) This procurement is unrestricted and open to all sources. The associated NAICS code is 334516. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: CLIN NO. 0001: Test chambers to test portable RF-based electronic devices and base station units used by emergency responders. Quantity 3 each. The chambers must provide both shielding and anechoic RF-absorbing properties. Electronic devices to be placed on nonconducting tabletop inside chamber. User-provided antenna to be mounted by user on access panel located above device under test. Multiple repeat tests require access doors that are easy to unlatch, open, close and latch, in accordance with the following specifications. (VI) Description of requirements is as follows: Minimum specifications: - At least 100 dB shielding from 400 MHz to 6 GHz with the feedthroughs specified below in place - Interior RF attenuation of minimum 25 dB normal incidence, from 900 MHz to 3 GHz, provided by RF absorbing material. Measured results verifying performance to be provided by manufacturer - RF absorber removable (for example by use of hook and loop attachments) - Usable space must be a minimum of 24 inches (61 cm) width x 18 inches (46 cm) depth x 8 inches (20 cm) height at the height of the tabletop on which the device under test is placed. Usable interior width and depth may be smaller at other heights within the chamber. Overall usable interior height between the absorber and table top should be no less than 43 inches (109 cm). - Access panel for antenna mounting located at top of structure. - Must have a hinged door in the side of the chamber for placing the device under test, not a hatch, with no more than two latches that must be operated to open the door, preferably operated with a single handle. Minimum door size approximately 18 inches (46 cm) x 12 inches (30.5 cm) - Interior non-conducting table top for placing device under test minimum (approximately) 12 inches (30.5 cm) square, approximately 10 inches (25.4 cm) high - At least 2 type N precision bulkhead ports located near side access door - Electrical power feedthrough: 60 Hz minimum 10 amp AC filtered feed - Roll-around capability through wheels or casters (VII) Delivery: 60 days after receipt of order. Delivery shall be FOB Destination at 325 Broadway, Boulder, CO 80305-3328. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. In addition to written price quotes, offers are instructed to provide a completed copy of the SF-18 attachment. (IX) 1352.213-70, Evaluation Utilizing Simplified Acquisition Procedures (Apr 2010) The Government will issue an order resulting from this request for quotation to the responsible offeror which will be evaluated solely on price, on an all or none basis. (End of clause) (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009) with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (March 2009), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2010) applies to this acquisition. The following clauses under subparagraph (b) apply: (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (30) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: none apply. (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998), This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/ (End of Provision) 2.252.2 Clauses Incorporated By Reference (Feb 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/ (End of Clause) 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offers in U.S. Currency (Apr 1991) The following additional terms and conditions apply: Department of Commerce Clause 1352.201-70 Contracting Officer's Authority (Apr 2010) 1352.215-72 Inquires (Apr 2010) Offerors must submit all questions concerning this solicitation in writing to Diana.Romero@noaa.gov. Questions should be received no later than 04:00 pm MDT on April 23, 2010. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 04:00 P.M. MDT on April 23, 2010. All quotes must be faxed or emailed to the attention of Diana Romero, Purchasing Agent. The fax number is (303) 497-7719 and email address is Diana.Romero@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Diana Romero, Purchasing Agent, Diana.Romero@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RA1341-10-RQ-0564DR/listing.html)
 
Record
SN02129277-W 20100424/100422234642-6ae23571af98e0f99e0a96f0d2794001 (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.