SOLICITATION NOTICE
58 -- Series 3000 Discrete Delay System
- Notice Date
- 8/10/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
- ZIP Code
- 93043-4307
- Solicitation Number
- N63394-15-T-0109
- Archive Date
- 9/1/2015
- Point of Contact
- Benjamin Chang, Phone: 8052280497
- E-Mail Address
-
benjamin.chang@navy.mil
(benjamin.chang@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 is N63394-15-T-0109 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-83. The associated North American Industrial Classification System (NAICS) code for this procurement is 334220 with a small business size standard of 750 employees. This requirement is a small business set-aside and only qualified offerors may submit quotes. Naval Surface Warfare Center, Port Hueneme Division intends to enter into a Firm Fixed Price contract for the following requirement: Series 3000 Discrete Delay System. This procurement is to include one Fiber Optic Delay Line (FODL) Test System with a Remote Optical Tower-Top Transmit Unit and a Remote Optical Tower-Top Receive Unit. This system will be integrated with existing tower mounted Radio Frequency (RF) horns that receive an RF signal transmitted by a radar system under test, introduce a signal delay, and radiate the delayed return signal back toward the radar. The procured FODL is intended to demonstrate a low cost, flexible and efficient way of measuring clutter attenuation for Navy Active Electronically Scanned Array (AESA) radars. The FODL Test System will be used for radar performance testing. Specific radar frequency bands of interest include S-Band (2-4GHz) and X-Band (8-12GHz). Compatible with a 125ft tower based test configuration, such as that which may be installed co-located pier-side with a shipboard radar system. Tower based test configuration is comprised of: 125ft Tower Structure*, a pair of short (i.e., <10ft)Tower Top Receive Horn Antennas (S-band/X-band)*, a pair of 125ft RF cables*, Optical Delay Line (ODL) Tower Base Unit, Remote Optical Tower Top Transmit Unit (includes 125ft fiber optic cable), Remote Optical Tower Top Receive Unit (includes 125ft fiber optic cable), a pair of Tower Top RF cables*, and a pair of Tower Top Transmit Horn Antennas (S-Band /X-Band)*. Note that some of these items (denoted by asterisk) are not included in the requirements specified herein since they are to be obtained separately from this procurement. The intended application requires that the FODL Test System possess excellent spectral purity (e.g., low phase noise, low spurs). Additionally, the FODL Test System requires a high degree of input/output RF signal level control to support a wide range of potential test setup configurations (i.e., tower close to the radar or far away from the radar). With the exception of the FODL Tower Base Unit, which is connected during active use, all other components are envisioned to be permanently installed in the tower based test configuration. Once installed in the tower based test configuration, the FODL Test System must be able to be reconfigured for use at S-band, X-band, or simultaneous S/X band, without the need to access the top of the tower. As such, the ODL Tower Base Unit positioned at the base of the tower must possess control capability for the various selectable features within the Remote Optical Tower Top Transmit and Receive Units. Inspection and Acceptance is to be at destination with delivery FOB destination, Port Hueneme, CA 93043-4711. New equipment only, no remanufactured or "gray market" items. Bid must be good for a minimum of 30 calendar days after close of buy. Terms are Net 30. In addition to price, responses shall include the following: 1. Company Cage Code 2. Tax ID# 3. Country Items are manufactured in 4. If freight charges apply, please provide firm fixed price shipping cost to Port Hueneme, CA 93043-4711. 5. Lead time or Period of Performance 6. Is your company OEM or PROPRIETARY for these products? 7. Pricing: Are the items quoted available on a commercial, published, or on-line price listing? If so, please attach to the RFQ response. If internal price listing, please provide the title of your price list with the page number the items are listed on & the date it was established. 8. Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? WAWF is the DoD mandated of invoicing for Government orders. To register for WAWF, please go to the web site at https://wawf.eb.mil To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM). The link to the website is https://www.sam.gov. The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: •· 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, applies to this acquisition •· FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, all clauses in paragraph (a); and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-1, 52.225-13, 52.232-33 All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (POC) identified below. It is the responsibility of the offeror to submit offers to the POC at NSWC PHD by the closing date of 08/17/2015. Award will be made to the lowest priced, technically acceptable, responsive and responsible Offeror. This is a competitive LPTA selection in which technical acceptability is considered the most important factor. By submission of its offer, the Offeror accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. All technically acceptable offers, with satisfactory past performance, shall be treated equally except for their prices. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. The Government intends to select ONE contractor for award of this effort.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-15-T-0109/listing.html)
- Record
- SN03830523-W 20150812/150810234835-ab24a0e34bc95376af55b045a4c14893 (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 |