Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2012 FBO #3911
MODIFICATION

58 -- Small Tactical Terminal (STT) Link 16 Radio

Notice Date
8/7/2012
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T0CY2150AG01
 
Archive Date
9/7/2012
 
Point of Contact
Audrey Hughes, Phone: 8508829897
 
E-Mail Address
audrey.hughes@eglin.af.mil
(audrey.hughes@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Written Solicitation. The Operational Contracting Division, Air Armament Center, Eglin AFB, FL intends to solicit, negotiate, and award a Firm-Fixed Price contract for two (2) each, Radio, Small Tactical Terminal (STT) Two Channel Link 16 and V/UHF. P/N: 099278 and for two (2) Hardware. Small Tactical Terminal (STT) Control and Interface Unit (CIU). P/N: 1115296. This acquisition is under Federal Acquisition Regulation (FAR) Part 12 and FAR Part 13, Acquisition of Commercial Items. This announcement constitutes the only solicitation; a quotation is being requested, and a written request for quotation will not be issued. This solicitation is issued as Request for Quotation (RFQ) F1T0CY2150AG01. The North American Industry Classification System (NAICS) code for this acquisition is 334220, with a small business size standard of 750 employees. Please identify your business size in your response based upon this standard. Offerors will be evaluated on a Lowest Price Technically Acceptable basis IAW FAR 15.101-2 and the award will be made to the lowest priced offeror that meets the minimum requirement. The government will not accept refurbished/used equipment. There will be no advance payments. This requirement is for: CLIN 0001: TWO (2) EACH, RADIO, SMALL TACTICAL TERMINAL (STT) TWO CHANNEL LINK 16 AND V/UHF. P/N: 099278 CLIN 0002: TWO (2) EACH, HARDWARE. SMALL TACTICAL TERMINAL (STT) CONTROL AND INTERFACE UNIT (CIU) P/N: 1115296 The 46th Maintenance Group AFREP program is requesting to purchase two (2) each, Radio, Small Tactical Terminal (STT) Two Channel Link 16 and V/UHF. P/N: 099278 and for two (2) Hardware, Small Tactical Terminal (STT) Control and Interface Unit (CIU). P/N: 1115296. In order to meet the minimum requirements the requested equipment must meet the following criteria: TERMINAL SPECIFICATIONS & TECHNICAL FEATURES GENERAL Aircraft Installation: Jet, turboprop and helicopter Frequency Range 30 to 512 MHz VHF/UHF; 960 to 1215 MHz Link 16 Transmission Modes Simplex or half-duplex 16 kbps data, PT or CT, Link 16 TDMA, All Operational modes and Enhanced Throughput Antenna Ports VHF/UHF (2): 50 Ω; Link 16 (2): 50 Ω DC Power Input 28 VDC per MIL-STD-704F; 1.5A Rx, <10A Tx Configuration/Control/ Data Interface Ethernet 10/100 Base-T Dimensions (WHD) less than 6 x 6 x 9 in; +3 in deep front panel Weight less than 17 lbs Crypto Modes: KY-57, ANDVT/KYV-5, KG-84C, KGR-96, KGV-8, KGV-11, CDH, Crypto Modernization ready RECEIVER Adjacent Channel Rejection 55 dB IF & Image Rejection >65 dB TRANSMITTER Power Output 250 mW to 5 W (VHF/UHF); 50 W (Link 16) with 34% TSDF WAVEFORMS VHF/UHF ASK/FSK MIL-STD-188-220B/C/D, HaveQuick II, SINCGARS, Voice and Data L-Band Link 16 Data and Voice including Enhanced Throughput modes ENVIRONMENTAL Operating Temperature -30° C to +52° C with forced convection cooling; -30° C to +71° C with host platform ECS cooling Storage Temperature -54° C to +90° C Relative Humidity ≤90% non-condensing / MIL-STD-810F Altitude 50,000 ft Shock 52 G 30 msec all axes / MIL-STD-810F Vibration Jet MIL-STD-810 Method 514.5 Category 24 Helicopter MIL-STD-810 Method 514.5 Category 14 GROWTH CAPABILITIES: SRW, WNW, ANW2 New JTRS waveforms as they become available SUPPORT EQUIPMENT REQUIREMENTS Provides all interfaces needed to operate terminal All interconnect cables Integrated power supply with Master Power On/Off Integrated Fan Tray (if required) Integrated Keypad/Display Unit switchable between Channel 1 and Channel 2 Indicators for Channel 1 Fail, Channel 2 Fail, and Link 16 Fail Access to Host interfaces Access to Voice interfaces Link 16 Discretes: Zeroize, Long Term Transmit Inhibit, and IFF Emergency Access to Link 16 transmit signals and suppression discrete signals (both differential and single-ended) Conversion of GPS ETR 5V, 10V to Differential Signal The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-055 effective 03 Jan 2012. • FAR 52.204-7, Central Contractor Registration; • FAR 52.212-1, Instructions to Offerors -¬¬ Commercial Items; • FAR 52.212-2, Evaluation -Commercial Items. Evaluation will be based on the following factors: price and technical (capability of item offered to meet the government's needs); • FAR 52.212-3, Offerors Representations and Certifications - Commercial Items, Alternate I (Effective January 1, 2005, in accordance with FAC 2001-26, offerors are required to provide representations and certifications electronically via the BPN website http://www.bpn.gov); • FAR 52.212-4 Contract Terms and Conditions - Commercial Items; • FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: • 52.233-3, Protest After Award; • 52.233-3, Applicable Law for Breach of Contract Claim; • 52.222-3, Convict Labor; • 52.222-19 Child Labor - Cooperation With Authorities and Remedies; • 52.222-21, Prohibition of Segregated Facilities; • 52.222-26, Equal Opportunity; • 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • 52.222-36, Affirmative Action for Workers With Disabilities; • 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; • 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; • 52.225-13, Restrictions on Certain Foreign Purchases; • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • FAR 52.233-2, Service of Protest, which reads as follows: (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from AAC/PKOB, ATTN: Contracting Officer, 205 West D Ave, Suite 136, Eglin AFB FL 32542. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision); • FAR 52.247-29, F.O.B. Origin; or 52.247-34, F.O.B Destination; • FAR 52.252-2, Clauses Incorporated by Reference: http://farsite.hill.af.mil/; • DFARS 252.209-7999, Class Deviation-Prohibition Against Contracting with Corporations That Have An Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law; • DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: • FAR 52.203-3, Gratuities; • DFARS 252.225-7001- Buy American Act and Balance of Payments Program; • DFARS 252.232-7003, Electronic Submission of Payment Requests; • 252.243-7002, Requests for Equitable Adjustment; • 252.247-7023, Transportation of Supplies by Sea; LOCAL CLAUSE H-850: THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF. Invoice Type: INVOICE AND RECEIVING REPORT (COMBO) *Contract Number: TBD *Delivery Order: TBD *Issue Date: TBD *Issue DODAAC: FA2823 *Admin DODAAC: FA2823 *Inspected By DODAAC/Ext: F1T0CW *Ship To Code/Ext: F1T0CY *Ship From Code: *Pay DODAAC: F03000 Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. (End of clause) To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil The quote format is at the discretion of the offeror, but please provide Cage Code, any discount terms, and delivery terms. Offerors must be registered in Central Contractor Registration (CCR) in order to be eligible for award. All questions are due by 16 August 2012. If your company is capable of providing this item, pricing and product literature must be received NLT 2:00 PM., Central Time on 23 August 2012. Please send all questions and responses to Audrey Hughes, audrey.hughes@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1T0CY2150AG01/listing.html)
 
Record
SN02829414-W 20120809/120807235950-be14e7c040d2dcf553c6ece2f8d21927 (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.