Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2012 FBO #3945
MODIFICATION

66 -- Wideband Upconverters - Questions & Answers Updated

Notice Date
9/10/2012
 
Notice Type
Modification/Amendment
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0258
 
Archive Date
10/2/2012
 
Point of Contact
Matthew J. Strange, Phone: 9372570997
 
E-Mail Address
matthew.strange@wpafb.af.mil
(matthew.strange@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Questions & Answers Updated AMENDEMENT: The requirement for single-tone SFDR (Spurious Free Dynamic Range) has been updated from "Have a minimum of 60dBc single-tone SFDR (Spurious Free Dynamic Range)" to "Have a minimum of 50 dBc single-tone SFDR (Spurious Free Dynamic Range)." Change procurement from Full and Open Competition to Small Business Set Aside Modify the description of the Upconverters Add Step Size Requirement Incorporate Question and Answers section as an attachment Due Date: Changed from 10 September 2012 to 17 September 2012 COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for sixteen (16) wideband upconverter channels each with integrated LO's with an option for sixteen (16) additional upconverter channels in the future. The upconverter system requires one (1) control interface for control of all channels, with either A) individual channel control or B) all channels controlled together. This solicitation was prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. The solicitation number for this requirement is FA8601-12-T-0258 using FAR Subpart 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, 26 July 2012. This solicitation document is Small Business Set Aside under North American Industry Classification System Code 334515. Size standard is 500 employees. The ASC/PKO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirements: Requirements for CLIN 0001: Quantity of sixteen(16) wideband upconverter channels each with integrated LO's with (1) control interface for control of all channels, with either A) individual channel control or B) all channels controlled together. • Have an input and output connectors of o SubMinature Version A (SMA) for Intermediate frequency (IF) and radio frequency (RF) connections o SMA or Bayonet Neill-Concelamn (BNC) for 10 MHz reference connection • Have an input IF center frequency of 300 MHz • Have a Step Size of less than or equal to 100 MHz • Have a minimum of 500 MHz input 3dB bandwidth • Support 2-18 GHz output frequencies • Shall include integrated Los in each upconverter unit • Shall include a 10 MHz reference input on each upconverter unit • Meet one of the following size constraints: o Proposed rackmount upconverter units must fit in 19" rack o Proposed card based upconverter units limited to 6U VME, 6U VXS, 6U VPX • Meet one of the following power constraints: o Complete rackmount system must run on 110V AC o Card-based upconverter must use standard voltage rails from VME, VXS, or VPX chassis • Have a minimum of 2 dBm input power at 1Db compression • Have a minimum of 20 dB gain • Have a minimum of 30 dB OIP3 (Output Third Order Intercept) • Have a maximum of 10dB NF (Noise Figure) • Have a maximum Gain Flatness over 2-18 GHz of 6dB peak-to-peak • Have a maximum Channel-to-Channel Gain Consistency of 3 dB peak-to-peak • Have a minimum of 50 dBc single-tone SFDR (Spurious Free Dynamic Range) • Be capable of expanding from sixteen channels to thirty-two channels without architecture modifications and without losing coherency • Provide standard hardware/software warranty information Requirements for CLIN 0002: option for sixteen (16) additional upconverter channels in the future with integrated LO's with (1) control interface for control of all channels, with either A) individual channel control or B) all channels controlled together. • Have an input and output connectors of o SubMinature Version A (SMA) for Intermediate frequency (IF) and radio frequency (RF) connections o SMA or Bayonet Neill-Concelamn (BNC) for 10 MHz reference connection • Have an input IF center frequency of 300 MHz • Have a Step Size of less than or equal to 100 MHz • Have a minimum of 500 MHz input 3dB bandwidth • Support 2-18 GHz output frequencies • Shall include integrated Los in each upconverter unit • Shall include a 10 MHz reference input on each upconverter unit • Meet one of the following size constraints: o Hardward for CLIN 0002 must fit in the same rack as CLIN 0001 o Proposed card based upconverter units limited to 6U VME, 6U VXS, 6U VPX • Meet one of the following power constraints: o Complete rackmount system must run on 110V AC o Card-based upconverter must use standard voltage rails from VME, VXS, or VPX chassis • Have a minimum of 2 dBm input power at 1Db compression • Have a minimum of 20 dB gain • Have a minimum of 30 dB OIP3 (Output Third Order Intercept) • Have a maximum of 10dB NF (Noise Figure) • Have a maximum Gain Flatness over 2-18 GHz of 6dB peak-to-peak • Have a maximum Channel-to-Channel Gain Consistency of 3 dB peak-to-peak • Have a minimum of 50 dBc single-tone SFDR (Spurious Free Dynamic Range) • Provide standard hardware/software warranty information Quotations need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial; and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. In addition the reps and cert in FAR 52.212-3 fill-in must be completed and returned with quote. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability and Price. The quotations may be in any format but MUST include: 1) Proposing company's name, address, Tax ID Number, Cage Code and phone 2) Point of contact's name, phone, and email 3) Quotation number & date 4) Item price 5) Total price (Net 30) 6) Shipping (FOB Destination) 7) Applicable discounts 8) Timeframe that the quote is valid 9) Delivery Schedule 10) Warranty Information (if applicable). 11) Completed FAR 52.212-3, Representations and Certifications 12) Completed DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation (See Attachment 1) 13) Completed DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law (See Attachment 2) Quotations MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial FAR 52.212-3, Representations and Certifications The following provisions are incorporated by full text and apply to this acquisition: FAR 52.212-2, Evaluation Factors [the fill in portion of this clause is: technical and price] Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical: Offer must clearly demonstrate that the offeror is capable of meeting the statement of work (SOW). (ii) Price: The total evaluated price of an offer will be calculated as the sum of the extended prices (unit quantity multiplied by unit price) for Contract Line Item Numbers (CLIN) 0001. Technical is approximately equal to price. The Government will initiate concurrent evaluation of all of the above factors on all offers. The Government will consider, throughout the evaluation, the "correction potential" of any proposal uncertainty. The judgment of such "correction potential" is within the sole discretion of the Government. If the Government cannot determine if a proposal's Technical Performance factor is acceptable pursuant to initial or subsequent evaluation and the proposal, in the Government's judgment, is considered correctable, the Contracting Officer may open or continue discussions. If at any time during the evaluation, a proposal's Technical factor is determined to be unacceptable or not correctable pursuant to a proposal uncertainty, no further consideration will be given to that proposal for award. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following clauses are incorporated by reference and apply to this acquisition: FAR 52.203-3 Gratuities FAR 52.203-6, Restrictions on Subcontractor Sales to the Government FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 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. FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-40, Notification of Employee Rights under the National Labor Relations Act FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-3, Protest after Award FAR 52.233-4, Applicable Law for Breach of Contract Claim DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7021, Trade Agreements DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.243-7002, Requests for Equitable Adjustment All Quotations and responses must be received no later than 2:00 PM, Eastern Standard Time on 17 September 2012. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please email to Matthew.Strange@wpafb.af.mil via a PDF compatible attachment Any questions should be directed to Matthew Strange at Matthew.Strange@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0258/listing.html)
 
Place of Performance
Address: 2241 Avionics Blvd, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02875895-W 20120912/120911001140-a60b6f02de278cacdb9cd01685ccdce2 (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.