SOLICITATION NOTICE
66 -- Waveguides and Components
- Notice Date
- 8/21/2014
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- SFCA-WS, Bldg 143, White Sands Missile Range, NM 88002
- ZIP Code
- 88002
- Solicitation Number
- W9124Q-14-Q-WAVE
- Response Due
- 9/11/2014
- Archive Date
- 3/10/2015
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- 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.The solicitation number is W9124Q-14-Q-WAVE and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-09-11 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be White Sands Missile Range, NM 88002 The MICC White Sands Missile Range requires the following items, Meet or Exceed, to the following: LI 001: Straight Waveguide Sections, 8 feet long: See Attachment for complete specifications. Two (2) waveguide straight sections of eight (8) feet length shall be made from standard rigid WR22 waveguide. Each section shall have squared flanges without thread for the cap screw holes, and be made of brass. Waveguide shall meet industry standard specifications, VSWR, insertion loss, and impedance. Contractor shall provide specifications in PDF and/or Excel format for review., 2, EA; LI 002: 4 Port Dual Directional Couplers (DDC), total length of 12 inches: See Attachment for complete specifications. One (1) dual-directional coupler shall be made from WR22 waveguide. The DDC shall have two sample ports: a forward measurement and reverse measurement ports. Each sample port shall have a minimum threshold coupling factor of 40 dB per connection and an objective of 50 dB. The directivity for each connection has a minimum threshold of 40 dB with an objective of 50 dB. The WR22 sample ports must have 2.4 mm coaxial connections to provide adequately accurate measurement data within the given frequency range. The DDC must have an overall length of 12 inches from input flange to output flange of the assembly (main body). This may be accomplished by extending the length of waveguide used to construct the main pass-through of the DDC or by adding a short straight section of waveguide to the DDC at either input flange or output flange. The voltage standing wave ratio (VSWR) must be lower than 1.3:1 at all ports. Test data showing the VSWR, insertion loss, coupling factor and directivity measurements shall be provided with the final product., 1, EA; LI 003: Waveguide bulkhead feed through sections: See Attachment for complete specifications. Two (2) waveguide bulkhead feed through sections shall be fabricated from WR22 waveguide. These sections shall be designed to be mounted to a metal plate designed for the waveguide to pass through. Each bulkhead feed through will have weather/RF gasketing. The feedthrough sections must have a maximum length of six (6) inches, flange to flange. Sections shall meet industry standard specifications for rectangular waveguide to include VSWR, insertion loss, and impedance. Contractor shall provide specifications in PDF and/or Excel format for review., 2, EA; LI 004: Ninety (90) degree twist waveguide: See Attachment for complete specifications. One (1) waveguide section with a 90 degree twist shall be provided from WR22 waveguide. The intent of these sections is to provide a means of altering the electric field polarization from vertical to horizontal. Each section shall meet industry standard specifications for rectangular waveguide to include VSWR, insertion loss, and impedance. Contractor shall provide specifications in PDF and/or excel format for review., 1, EA; LI 005: Matching straight waveguide section: See Attachment for complete specifications. One (1) straight section of waveguide shall be provided from WR22 waveguide. The section is to match, exactly, the length of the corresponding 90 degree twist section from Item 4 above. In other words, if the 90 degree twist section for WR22 is 5 inches long, then the straight section WR22 must be 5 inches long. Each section shall meet industry standard specifications for rectangular waveguide to include VSWR, insertion loss, and impedance. Please provide specifications in PDF and/or Excel format for review., 1, EA; LI 006: RF terminating load: See Attachment for complete specifications. Two (2) RF terminating loads shall be fabricated from WR22. Each load must have appropriate cooling fins and be built to terminate up to 300 watts power within the appropriate frequency range of the corresponding waveguide. Each load shall meet industry standard specifications for rectangular waveguide to include VSWR, insertion loss, and impedance. Contractor shall provide specifications in PDF and/or Excel format for review., 2, EA; LI 007: Waveguide to coax adapters: See Attachment for complete specifications. Two (2) waveguide to coax adapters shall be fabricated from WR22. The WR22 waveguide to coaxial adapters shall be mated to 2.4 mm connectors. Any other connector types are not allowable so that the appropriate industry standard connectors are utilized for each waveguide. Each adapter must be capable of handling a through power of 20 watts Continuous Wave (CW). The voltage standing wave ratio (VSWR) must be lower than 1.3:1 at all ports. Test data showing the VSWR and insertion loss are to be provided with the final product., 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC White Sands Missile Range intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC White Sands Missile Range is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Questions concerning this buy must be submitted at least *5* days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered. Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, it may do so through the SAM website at http://www.sam.gov New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, the following clauses in paragraph (a) and the following clauses in paragraph (b): 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: DFARS 252.204-7004 Alt A, Central Contractor Registration; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, paragraph (a) and the following clauses in paragraph (b): 252.203-7000, 252.225-7001, 252.232-7003, 252.247-7023 Alt III. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: AFARS 5152.209-4000, DOD Level I Antiterrorism (AT) Standards. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dc0907fa05dce357cf40ce2257702d2f)
- Place of Performance
- Address: White Sands Missile Range, NM 88002
- Zip Code: 88002-5201
- Zip Code: 88002-5201
- Record
- SN03475669-W 20140823/140822000525-dc0907fa05dce357cf40ce2257702d2f (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 |