SOLICITATION NOTICE
70 -- NEWTEC DVB Demodulator - BRAND NAME JUSTIFICATION
- Notice Date
- 7/17/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ESC - Electronic Systems Center, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
- ZIP Code
- 01731
- Solicitation Number
- FA8307-12-R-1030
- Archive Date
- 9/4/2012
- Point of Contact
- Jerome E. Watkins, Phone: 2109250729
- E-Mail Address
-
jerome.watkins.3@us.af.mil
(jerome.watkins.3@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- BRAND NAME JUSTIFICATION - FA8307-12-R-1030 (REDACTED) 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number FA8307-12-R-1030 is issued as a Request for Proposals (RFP), under the Simplified Acquisition Procedures (SAP), Part 13. The Electronic Systems Center, Cryptologic Systems Contracting Division (HNCK) intends to award a Firm Fixed Price purchase order utilizing Simplified Acquisition Procedures resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular. The clauses and provisions referenced in this solicitation may be obtained in full text form located at FAR Site, http://farsite.hill.af.mil. 2. This requirement has been Set-Aside for Small Business. The North American Industry Classification System (NAICS) code is 517410 - Satellite Communications. The size standard is $13.5. 3. Description of services: This requirement is for the procurement of NEWTEC DVB Demodulator, SNMP, Clean Channel Technology (DSNG and Contribution Demodulator), P/N: AZ910, Qty: 4 (Ea). The following NEWTEC options are included: Output Interface: Dual Flow: Ethernet + ASI (CCM/VCM), P/N: AP-06, Qty: 4 (Ea); Input Interface: L-Band, P/N: Default, Qty: 4 (Ea); Modulation & Baud: DVB-S/S2 Q/8PSK, 16QAM, 16APSK 45 Mbaud, P/N: AL-12, Qty: 4 (Ea); 10MHz Reference In/Out: High stability, P/N: GR-01, Qty: 4 (Ea) and Support Services - Care Pack Basic, Qty: 1 (Ea). Brand Name and Model will only be accepted Delivery: 30-45 days after receipt of order. Delivery Terms: No technical data/drawings/technical orders are available. This combined synopsis/solicitation notice is a request for competitive quotations. 4. The Government will award a single purchase order contract resulting from this RFQ in accordance to the responsible offeror whose offer represents the best value in terms of price and delivery schedule. The Government will no longer accept nor process hard copies of Invoices/Receiving Reports. These documents must be generated electronically via the Wide Area Work Flow-Receipts and Acceptance (WAWF-RA). The following provisions and clauses apply to this acquisition: FAR 52.211-6, Brand Name or Equal; FAR 52-212-1, Instructions to Offerors Commercial Items; 52.212-2, Evaluation of Commercial Items; the evaluation criteria stated in paragraph (a) of the provision are as follows: The significant evaluation factors, in the relative order of importance are: 1) Price and 2) Proposed delivery times. Evaluation factors are approximately equal. 52.212-3, Offeror Representations and Certifications-Commercial Item; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7997 Additional Requirements and Responsibilities relating to alleged crimes by or against contractor personnel in IRAQ and Afghanistan (DEVIATION), DFARS 252.232-7010 Levies on Contract Payments. Proposals shall include cost of shipping to 230 Hall Blvd, Ste 158, San Antonio, Texas 78243-7081. 5. Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Item. (Accessible at the FAR Site, http://farsite.hill.af.mil ). 6. Submit the following documents in response to this RFP: a) Price Quotation with per unit pricing and B) delivery time. Submit offers to the attention of Jerome Watkins, Contract Specialist via email to: jerome.watkins.3@us.af.mil or the Contracting Officer, Patrick Jackson via email to: patrick.jackson.1@us.af.mil no later than 20 Aug 2012, 9:00 A.M. CST. Offerors who fail to complete and submit the requirements above may be considered non-responsive. NOTE: CCR Registration: a prospective awardee shall be registered in the Central Contractor Registration (CCR) database prior to award. See contract clause 52.204-7 Central Contractor Registration. Information on registration may be obtained via the Internet at: http://ccr.gov. Those interested firms must indicate whether they are a large, small, small-disadvantaged, 8(a) or women owned business and whether they are U.S. or foreign owned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8307-12-R-1030/listing.html)
- Place of Performance
- Address: 230 Hall Blvd STE 158, San Antonio, Texas, 78154, United States
- Zip Code: 78154
- Zip Code: 78154
- Record
- SN02806100-W 20120719/120718000608-c943903947ee3dcfda10b861d1957846 (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 |