SOLICITATION NOTICE
59 -- Radar Warning Receiver (RWR) Associated Test Parts for GORE PHASEFLEX Microwave/RF Test Assemblies/Cables
- Notice Date
- 4/24/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) CCAM, 5301 Martin Rd, Sparkman Ctr, Redstone Arsenal, Alabama, 35898-0001, United States
- ZIP Code
- 35898-0001
- Solicitation Number
- W58RGZ-18-R-0209
- Point of Contact
- Stefanie Polk, Phone: 2568425034, Eric C. Delk, Phone: 2568425252
- E-Mail Address
-
stefanie.f.polk.civ@mail.mil, eric.c.delk.civ@mail.mil
(stefanie.f.polk.civ@mail.mil, eric.c.delk.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This Combined Synopsis/Posting Time: 15 days Notice Type: Combined Synopsis/Solicitation Contracting Office: Department of the Army, Army Contracting Command - Redstone, Building 5303 Martin Road, Redstone Arsenal, Alabama 35898- 5000 Subject: Radar Warning Receiver (RWR) Associated Test Parts for GORE PHASEFLEX Microwave/RF Test Assemblies/Cables Synopsis: This announcement is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to award without discussions. This requirement is not a set aside. The associated NAICS code is 334419. Description of the requirement is as follows: Solicitation is issued as a request for a Firm Fixed Price quote for a purchase of GORE PHASEFLEX Microwave/RF Test Assemblies/Cables manufactured by W.L. GORE & ASSOCIATES, INC, 380 Starr Road, Landenberg, PA 19350. U.S. Army Contracting Command, Redstone Arsenal, intends to issue a sole source purchase order contract to the original equipment manufacturer, W.L. GORE & ASSOCIATES, INC. The statutory authority allowing for solicitation to a single source for this requirement is 10 U.S.C. 2304 (g)(1)(A), as implemented by Federal Acquisition Regulation (FAR) 13.106-1(b)(1) titled - Soliciting from a single source and no other supplies or services will satisfy agency requirement. The Government intends to use the policies and procedures of FAR Part 12 in conjunction with those at FAR Part 13 for this effort. Program Management Office Aircraft Survivability Equipment (PMO ASE) requires strong reliable test cables to populate in house custom developed test kits to support current Radar Warning Receivers (RWR) and development of the next generation RWR. These cables must be ruggedized for filed use and extremely low loss. Cables must take multiple uses and crimp resistant. Connector types are specified for each cable, as multiple cables will need to be tested and adapted to measure. Kits will be used to qualify and test prototype RWR designs and must be built to the highest standards. Cable specifications: - Velocity of Propagation factor of 85% or higher - Operate to 18 GHz. With low insertion loss - Cush proofing with wire wrap Desired cable is made to be environmental seal and layered with a wire wrap to give it additional crush strength. The internally ruggedized construction of GORE-PHASEFLEX Microwave Assemblies withstands concentrated loads well in excess of those specified by MIL-T-81490; reducing the likelihood of inadvertent crush damage during installation and throughout service life. The flexibility of the cable, coupled with an inherent resistance to over-bending, provides a cable assembly that is easier to install within the confines of an aircraft. Vapor and liquid barriers prevent any ingress of oils, fuels, coolants or cleaning fluids, ensuring continued electrical performance even in the harshest of environments. Feature includes SMA, TNCA and N-type connectors to MIL-C-39012 and MIL-T-81490. Required quantities and part numbers: Five (5) of Part Number OTD 01 D010 720. Five (5) of Part Number OTD 01 D020 720. Five (5) of Part Number OTD 02 D010 720. Five (5) of Part Number OSD 01 R010 720. Five (5) of Part Number OSD 01 R020 720. Five (5) of Part Number OSD 02 R010 720. Five (5) of Part Number OSD 02 R020 720. Five (5) of Part Number OSD 01 C010 720. Five (5) of Part Number OSD 01 C020 720. Five (5) of Part Number OSD 02 C010 720. Five (5) of Part Number OSD 02 C020 720. Total of 55 individual cables (5 each of 12 different part numbers listed above). The place of inspection and acceptance is W905J1. FOB is at Destination. Shipping Address is as follows: (Standard commercial packaging and shipping is sufficient for this requirement.) PMO ASE - W905J1 Attn: Cathy Baltar and/or James Mahan 6726 Odyssey Dr. NW Huntsville, AL 35806 Period of Performance: The Contractor shall ship the cables not later than 10 weeks after award of contract. Earlier completion is desired if at no additional cost to the Government. Provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition and any addenda to the provision also apply. Provision at 52.212-2, Evaluation - Commercial Items, is applicable. The lowest price technically acceptable is the sole evaluation factor. Non cost factors are of equal importance to price. Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and any addenda to the provision also apply. Clause at 52.212-5 Contract Terms and Conditions - Required to Implement Statutes or Executive Orders - Commercial Items, also applies to this acquisition and additional FAR clauses may be cited as needed. Terms and conditions for this requirement are consistent with customary commercial practices. Contract financing is not authorized. Payment shall be made through Wide Area Work Flow (WAWF), in Accordance with DFARS 252.232-7006. DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports and Instructions. Payment method shall be through Wide Area Work Flow. All responsible sources may submit an offer which shall be considered by the Agency. Quotes are due no later than 9 May 2018 at 5:00 PM. EVALUATION FACTORS: The Contractor's proposal must be determined acceptable in terms of the following: (a) Price reasonableness. (b) Technical compliance to manufacturer's specifications. (c) Use of original equipment manufacturer parts only. Quotes shall be submitted by email to eric.c.delk.civ@mail.mil and stefanie.f.polk.civ@mail.mil. Other electronic or hard copy submissions are not authorized. QUOTES/OFFERS RECEIVED AFTER THE SPECIFIED DUE DATE AND TIME WILL NOT BE CONSIDERED FOR AWARD. For further information regarding this solicitation, contact Eric Delk at 256-842-5252 or email eric.c.delk.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/053eec13199bc1fbd6f5a18a1f2525c1)
- Place of Performance
- Address: Army Contracting Command - Redstone, 5206 Martin Rd, Redstone Arsenal, Alabama 35898, Huntsville, Alabama, 35898, United States
- Zip Code: 35898
- Zip Code: 35898
- Record
- SN04898885-W 20180426/180424230407-053eec13199bc1fbd6f5a18a1f2525c1 (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 |