SOLICITATION NOTICE
58 -- 40 MHZ PCM Bit Synchronizer - Package #1
- Notice Date
- 9/13/2012
- Notice Type
- Combined Synopsis/Solicitation
- 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
- F1T0DG2174AG02
- Archive Date
- 10/3/2012
- 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
- Written Solicitation and J&A This is a Written Solicitation. The Operational Contracting Division, Air Force Test Center, Eglin AFB, FL intends to solicit, negotiate, and award a Firm-Fixed Price contract for twelve (12) each, Hardware. Bit Synchronizer. 40 MHZ Dual Stream Advanced Digital PCM BIT Synchronizer Dual with (Dual) Frame Sync/Bert and VITERBI. Includes Shipping. Partial Delivery and Partial Payment Authorized. P/N: 2430D-PP-VT-FSB. 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) F1T0DG2174AG02. The North American Industry Classification System (NAICS) code for this acquisition is 334220. 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 a Brand Name: CLIN 0001: 12 (each), Hardware. Bit Synchronizer. 40 MHZ Dual Stream Advanced Digital PCM BIT Synchronizer Dual with (Dual) Frame Sync/Bert and VITERBI. Includes Shipping. Partial Delivery and Partial Payment Authorized. P/N: 2430D-PP-VT-FSB. 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 52.204-99, Dev (System for Award Management 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 AFTC/PZIOB, 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; • 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: F1T0DG *Ship To Code/Ext: F1T0DG *Ship From Code: *Pay DODAAC: F03000 Payments will be made via GPC (Government Purchase Card) - Visa 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. If your company is capable of providing this item, pricing and product literature must be received NLT 2:00 PM., Central Time on 18 September 2012. Anticipated award date is one day after due date. If you have any questions please contact Audrey Hughes, audrey.hughes@eglin.af.mil. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION Brand Name I. CONTRACTING ACTIVITY The Contracting Activity is the Operational Contracting Flight, AAC/PKOB, Eglin AFB, FL 32542-6862. The Procuring Contracting Officer is Capt John R. Sidor. This is justification for Other Than Full and Open Competition. Purchase Request Number is F1T0EG2174AG02. II. NATURE AND/OR DESCRIPTION OF THE ACTION BEING PROCESSED This requirement will be accomplished by a new firm-fixed price contract. The Period of Performance is ninety (90) days after receipt of order (ARO). This acquisition is considered Other Contracting under authority of FAR 6.302-1, No other supplies or services will satisfy agency requirements; and will be acquired under FAR Part 12, Acquisition of Commercial Items. This justification is written in accordance with (IAW) FAR 6.303-2. III. DESCRIPTION OF THE SUPPLIES/SERVICES REQUIRED TO MEET THE AGENCY'S NEEDS This action will procure hardware to include twelve (12) Model 2430D 40 Mbps PCI Bit Synchronizers which will be used to support the telemetry systems within the Freeman Computer Sciences Center. Delivery is within 90 to 120 days after receipt of order (ARO), with shipping commencing with four (4) units within 60 days and four (4) units each 30 days thereafter. IV. STATUTORY AUTHORITY PERMITTING OTHER THAN FULL AND OPEN COMPETITION 10 USC 2304(c)(1) as implemented by FAR 6.302-1(a)(2), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. V. DEMONSTRATION THAT THE CONTRACTOR'S UNIQUE QUALIFICATIONS OR NATURE OF THE ACQUISITION REQUIRES THE USE OF THE AUTHORITY CITED ABOVE (APPLICABILITY OF AUTHORITY) The Freeman Computer Sciences Center receives, processes, and delivers data from tests occurring on Eglin Test and Training Ranges to real-time displays, stores data on various media, and to the CCF user. The bit synchronizer system is a key component of the telemetry processing systems infrastructure and it provides the capability to accurately extract, process, and record critical data to support weapons systems across the Eglin Range. Telemetry allows engineers to conduct scientific tests from a remote location. The bit synchronizer is a unique component of the computer that forms the real-time network system used for telemetry processing and range instrumentation applications. The bit synchronizer is a device that establishes a series of clock pulses that are synchronous to an incoming signal then classifies the value of each bit in the stream. The Model 2430D bit synchronizer is fully ruggedized and consists of a rack-mountable, stand alone chassis containing an embedded central processor unit that was built around the existing family of Acroamatics telemetry processing systems used at the Freeman Computer Science Center. This equipment has unique features such as a data range of 8Hz to 40MHz in all codes; multiple program controlled inputs and outputs; program selectable external clock/data encoder input; auto data source select mode; remote monitoring and programming capability via serial and Ethernet interfaces; and Windows Remote Bit Synchronizer GUI (graphical user interface) Operating Software supporting network remote set-up and compatibility with existing Acroamatics equipment. An important advanced feature of the entire software suite for the Telemetry Data Processor is that all components of the software can run on any PC located on the network. The requested equipment is the only available of its kind that can integrate into the existing Acroamatics hardware infrastructure that will support legacy systems, current systems, and next generation systems while supporting the test and training efforts of the Freeman Computer Sciences Center. VI. DESCRIPTION OF EFFORTS MADE TO ENSURE THAT OFFERS ARE SOLICITED FROM AS MANY POTENTIAL SOURCES AS DEEMED PRACTICABLE This procurement will be posted on the Federal Business Opportunities website for any distributors of this brand name hardware to provide a quote/proposal. In addition, the results of market research are described in Section VIII below. VII. DETERMINATION BY THE CONTRACTING OFFICER THAT THE ANTICIPATED COST TO THE GOVERNMENT WILL BE FAIR AND REASONABLE The contracting officer anticipates the cost to the Government is to be fair and reasonable based on competitive pricing. All proposals will be evaluated by the government's technical representatives prior to award. VIII. DESCRIPTION OF THE MARKET RESEARCH CONDUCTED AND THE RESULTS OR A STATEMENT OF THE REASONS MARKET RESEARCH WAS NOT CONDUCTED Market research was conducted and it was determined that the Acroamatics Model 2430D bit synchronizer is the only product having the required capability, functionality, and compatibility that will satisfy the Freeman Computer Science Center's requirements. The following manufacturers of bit synchronizers were evaluated: L3 Model 4001-0-0-1; GDP Space Systems Model 2265; and Wyle Model DBS-200. While these bit synchronizers possess comparable capabilities, none of these systems are compatible with the Acroamatics telemetry system. The Model 2430D best met the criteria of reliability, integration, and compatibility with existing hardware and software, standard configuration interface, interoperability, and technical support. Another less important factor is existing in-house technical knowledge and experience with the Acroamatics products. The Acroamatics bit synchronizer constitutes an integral part of the real-time hardware that supports current and future air-to-air, air-to-surface, surface-to-air, arena tests, and aircraft systems testing within the Central Control Facility at the Air Armament Center (AAC). The Freeman Computer Sciences Center also provides expert engineering analysis of sensor tests conducted in conjunction with munitions evaluations. IX. ANY OTHER FACTS SUPPORTING THE USE OF OTHER THAN FULL AND OPEN COMPETITION The overriding factor in choosing acquisition of this brand name is that other bit synchronizers are not compatible with the Acroamatics equipment currently in use by the Freeman Computer Science Center. Statutory authority is FAR 6.302-1(a)(2), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. X. LIST OF SOURCES, IF ANY, THAT EXPRESSED INTEREST IN THE ACQUISITION See Section VI above. XI. A STATEMENT OF THE ACTIONS, IF ANY, THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS TO COMPETITION BEFORE MAKING SUBSEQUENT ACQUISITIONS FOR THE SUPPLIES OR SERVICES REQUIRED This office will continue to monitor the industry through perusal of trade journals, technical symposiums, and contact with industry representatives. Any future requirements will be researched, and if a product meeting the requirements is identified then a competitive acquisition for the requirement will be considered. XII. CONTRACTING OFFICER'S CERTIFICATION The contracting officer's signature on the signature page evidences that he has determined this document to be both accurate and complete to the best of his knowledge and belief in accordance with FAR 6.303-2(c). XIII. TECHNICAL/REQUIREMENTS PERSONNEL'S CERTIFICATION The Program Manager's signature on the front page of this document certifies that any rationale forming the basis of the justification, which is his responsibility, is both accurate and complete in accordance with FAR Part 6.303-2(c).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1T0DG2174AG02/listing.html)
- Record
- SN02882118-W 20120915/120914001856-53a787ac8f144efecbdbddfae4c47e0f (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 |