SOLICITATION NOTICE
70 -- AM BROADCAST TRANSMITTER
- Notice Date
- 1/10/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, OSD - Public Affairs for Internal Communication, Defense Media Activity, 23755 Z Street, Riverside, California, 92518-2031, United States
- ZIP Code
- 92518-2031
- Solicitation Number
- HQ002803277000
- Archive Date
- 2/8/2011
- Point of Contact
- Jessie Feliciano, Phone: 951-413-2406, Susan M. Madrid, Phone: 951-413-2371
- E-Mail Address
-
jessie.feliciano@dma.mil, susan.madrid@dodmedia.osd.mil
(jessie.feliciano@dma.mil, susan.madrid@dodmedia.osd.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION (AM BROADCAST TRANSMITTER) 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. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation/synopsis reference number HQ002803277000 is being issued as a Request for Quotations (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". Provisions and clauses are those in effect through Federal Acquisition Circular 2005-48, effective 30 Dec 2010 DFARS change Notice 20110103. (1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (JUN 2008): 20090913, dated 21 Jul (a) Re para (a): NAICS 334220; this requirement is set-aside for Small Business, Size Standard 750 employees. (b) Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time of contract award and throughout the performance period. (2) FAR 52.212-2 (Evaluation - Commercial Items) (JAN 1999) with the following insertion in para (a) "lowest priced technically acceptable quote with acceptable past performance." Technical evaluation will be whether quoted items satisfy all required salient characteristics contained in CLIN 0001 below. (3) QUOTATIONS MUST BE RECEIVED NOT LATER THAN 2:00 PM PACIFIC TIME January 24, 2010 IN ORDER TO BE CONSIDERED. Quote submissions may be E-mailed to jessie.feliciano@dma.mil or sent via fax to (951) 413-2432. Due to technical issues, email and fax may not result in your proposal arriving before the cut-off time, please allow extra time if you're sending your quote via electronic means. (4) Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (Oct 2010) with Alt 1 (FEB 2009) or indication that reps and certs are located on the Online Representations and Certifications Application (ORCA) website. CLIN 0001 Description: Manufacturer: NAUTEL MAINE INC Part Number: AM XMITER SYS Model Number: Description: AM BROADCAST TRANSMITTER; 2-EA RACK MOUNTABLE(13-RU), RF OUTPUT POWER: 1-KW; OPERATING RF POWER RANGE: 10-W TO 1.1-KW, RF FREQUENCY RANGE: 531-KHZ TO 1610-KHZ(SUPPLIED TO ONE FREQUENCY AS ORDERED), RF IMPEDANCE: 50 OHMS (UNBALANCED), MAXIMUM REFLECTED POWER: 150-W PEP, AUDIO FREQUENCY RESPONSE: 30- HZ TO 10-KHZ, AUDIO FREQUENCY DISTORTION: BETTER THAN 0.8%(THD) AT 95% MODULATION 30-HZ TO 10-KHZ AT 1-KW, BETTER THAN 1.2%(THD) AT 95% MODULATION 30- HZ TO 10-KHZ AT 100-W, AUDIO INTER-MODULATION DISTORTION: 1.0% OR LESS, 60/7000 HZ (1:1 RATIO); TRANSIENT INTER-MOD DISTORTION: 0.5% AT 80% MODULATION 2.96- KHZ/8-KHZ, 30-KHZ BW, SQUARE-WAVE TILT: 0.5% 40-HZ 60% MODULATION, SQUARE-WAVE OVERSHOOT: 1.0% 400-HZ 70% MODULATION(100-MS RISE-TIME), INCIDENTAL QUADRATURE MODULATION, -36DB REFERENCE 95% MODULATION 1-KHZ, MODULATION CAPABILITY: 125% POSITIVE PEAK MODULATION, CARRIER SHIFT: 0.5% OR LESS, RF HARMONICS: - 73DB BELOW CARRIER, SPURIOUS OUTPUTS: -73DB BELOW CARRIER, NOISE AND HUM: -65DB OR MORE BELOW 100% MODULATION, FREQUENCY STABILITY: +/- 2PPM, 32F TO 122F AMBIENT TEMPERATURE, AUDIO INPUT IMPEDANCE: 600-OHMS ACTIVE BALANCED, AUDIO INPUT LEVEL: +10DBM NOMINAL(ADJUSTABLE FROM 0DBM TO +12DBM), DIGITAL DISPLAY: FORWARD/REFLECTED OUTPUT POWER, VSWR, DC INPUT CURRENT/DC VOLTAGES, FAULT DIAGNOSTICS, 128 EVENT LOG; HD RADIO COMPATIBLE WITH NE IBOC HD RADIO SIGNAL GENERATOR, DRM COMPATIBLE WITH 9 KHZ MODE OF OPERATION; OBE COMPLIANCE: MEETS FCC AND INDUSTRY CANADA REQUIREMENTS, AND CCIR RECOMMENDATIONS; PWR EFFICIENCY: 75%; PWR RQMNTS: 170-VAC TO 270-VAC, 47-HZ TO 63HZ; SPECIFY FREQUENCY:___1485- KHZ__,(P/N: J1000); 2-EA 19 EQUIPMENT RACK: 19 ALUMINUM RACK ASSEMBLY INCLUDES DRESS PANELS, REAR DOOR, BLANK FRONT FILLER PANELS, POWER DISTRIBUTION UNIT, AC TERMINAL, BLOCK AND FANS WHERE REQUIRED. 23.5-IN W X 72.5-IN H X 29-IN D, (P/N: NAU-RACK1); 1-EA J1000 POWER MODULE: 500-W INCLUDES: RF AMPLIFIER, MODULATOR, SWITCH MODE POWER SUPPLY, AND INTEGRAL VENTILATION FAN,(P/N: J1000-PM); 1-EA J1000 SPARES KIT: INCLUDES LAMPS, FUSES, SEMICONDUCTOR, VENTILATION FAN, AND MISCELLANEOUS HARDWARE, (P/N: J1000-KIT); 1-EA KINTRONICS 1-KW MAIN/AUX TRANSMITTER RF SWITCH. CONSISTS OF 1-KW RATED DPDT RF CONTACTOR WITH 1/2-INCH LINE INOUT AND OUTPUT CLAMP TYPE CONNECTORS. SWITCH IS MOUNTED IN ALUMINUM ENCLOSURE AND CAN BE WALL, CEILING OR FLOOR MOUNTED, (P/N: MADSH); 1-EA NX1 AUTOMATIC MAIN/STANDBY TRANSMITTER TRANSFER CONTROL UNIT: 19 RACK MOUNT PANEL. F/U/W: KINTRONIC MADSH CONTACTOR. INCLUDES CONTROL CABLE, (P/N: NAX195/04); 1-EA KINTRONIC LABS 1-KW CONVECTION COOLED 1-KW RF DUMMY LOAD. LOAD IS RATED FOR 1 KW PLUS MODULATION. DOES NOT REQUIRE AN RF CONNECTOR, 1/2-INCH FOAM CABLE CLAMP REPLACES CONNECTOR, (P/N:KTL-DL1); 1-EA 1-RU RACK MOUNT ANALOG AUDIO MONITORING SYSTEM, WITH 4 ANALOG XLR INPUTS (P/N: AR-AM4); 1-EA BURK VRC2500 REMOTE CONTROL SYSTEM(P/N: DA49); 1-EA BURK COMMAND RELAY CONNECTS 8 PAIRS OF COMMAND RELAYS TO THE GSC3000 OR VRC2500(P/N: DA48); 2-EA BURK WIRING INTERFACE CONNECTS 16 METERING OR 16 STATUS CHANNELS TO THE GSC3000 OR VRC2500(DA-47); ORBAN OPTIMOD 9300 AM ANALOG AND DIGITAL AUDIO PROCESSOR 1RU; 85-VAC TO 264-VAC, 50/60-HZ(P/N: DA119); QUOTE NUMBER: JB091-AFN-EUROPE-J1000- 062310-R2. Qty 1 Price Total Price SHIPPING ADDRESS is: DMA CRP BELVOIR 5921 16TH STREET BLDG 190 FT. BELVOIR VA 22060 All items must be quoted FOB Destination. It is the responsibility of all interested quoters to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the quoter by the Government. All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. For registration, go to http://www.ccr.gov/ and follow the instructions. The Government will issue an order to the responsible quote; with acceptable past performance, submitting the lowest priced technically acceptable quotation. This order will include the following referenced clauses, which may be accessed electronically at https://www.acquisition.gov/far/index.html: FAR 52.204-9 (Personal Identity Verification of Contractor Personnel) (SEP 2007) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (JUN 2010) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (JUL 2010) FAR 52.219-8 (Utilization of Small Business Concerns) (MAY 2004) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Additional FAR and DFARS clauses required by the regulations will be included. Local DMA clauses, 52.0100-4028 (Contract Contact Information) (DMA) (OCT 2008) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (OCT 2008), will be included.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/AFIST-ASA/MarchARBCA/HQ002803277000/listing.html)
- Place of Performance
- Address: DMA CRP BELVOIR, 5921 16TH STREET, BLDG 190, FT. BELVOIR VA 22060, FT BELVOIR, Virginia, 22060, United States
- Zip Code: 22060
- Zip Code: 22060
- Record
- SN02357018-W 20110112/110110233730-c70ab4377eac189cff07f52a2c2aed19 (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 |