|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1998 PSA#2157Contracts Group, Bldg 588, Mail Stop 32, Naval Air Warfare Center
Aircraft Division, Patuxent River, MD 20670-5304 70 -- RF POWER AMPLIFIER SOL N00421-98-R-1307 DUE 082598 POC Contact
Kelly Williams, Contract Specialist (301) 342-1825,x113 E-MAIL:
Williams_Kelly%PAX9@MR.NAWCAD.NAVY.MIL,
Williams_Kelly%PAX9@MR.NAWCAD.NAVY.MIL. This is a combined
synopsis/solicitation for a commercial item prepared in accordance with
Subpart 12.6, and 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. This solicitation, # N00421-98-R-1307, is issued as a request
for proposal. The solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-7
and Defense Acquisition Circular 1-13. This action is 100% set aside
for small businesses. The applicable SIC Code for this action is 3663.
The resultant contract shall consist of five (5) RF Power Amplifiers,
with an option to purchase eight (8) additional RF Power Amplifiers.
The contract line item numbers and items are as follows: Base Award
CLIN 0001 -- Five (5) Radio Frequency (RF) Power Amplifiers (class "A"
linear type). The contractor shall meet all of the specific
requirements as follows:1.) Capable of providing up to 50 Watts signal
boost to a transmitted frequency of between 2.0 GHz to 4.0 GHz 2.) It
must be rack mountable (19" standard equipment rack) and use 115 Vac,
60 Hz, single phase AC power. 3.) Each unit's weight shall not exceed
55 Lbs. 4.) Each unit should contain its own cooling system. 4.) Low
noise and distortion figures on the output (amplified) signal. 5.)
Input/Output VSWR of less than 2:1. 6.) Input/Output impedance of 50
Ohms. 7.) Shall be capable of handling five RF signal formats: CV, AM,
FM, PM, and Pulse. 8.) Minimum operating temperature of 0 degrees C to
+50 degrees C. 9.) Maximum operating altitude of 10,000 feet. 10.)
Loaded VSWR circuit protection. 11.) Thermal Overload protection. 12.)
RF Input Overdrive protection. 13.) Front panel displays to provide
forward and reverse power readings. 14.) Front panel gain adjustment.
15.) ALC (Automatic Level Control) front panel switch. 16.) Front panel
fault indicators. 17.) Front panel power switch with "stand by" mode.
18.) Front panel type "N" coaxial connectors. 19.) Rear panel IEEE 488
HPIB interface connectors. 20.) Slide mounts to mate with the standard
19" equipment rack. 21.) Dimensions: 19" wide by 20" long by 7" high.
Option: CLIN 0002 -- Eight (8) RF Power Amplifiers in accordance with
the specifications listed under CLIN 0001. The contractor shall deliver
the CLIN 0001 items and the associated Contract Data Requirement List
(CDRL) items within 30 days after award of contract to: Receiving
Officer (8.2.6.2), NAS Patuxent River, Code 8262, Bldg 665, Vaughn
Road, Patuxent River, MD 20670-1614, m/f: Anthony Spadarella, 4.11.8.1,
Bldg 606, Patuxent River, MD 20670. Inspection shall be made at
destination. Pricing associated with the CLIN 0002: OPTION shall remain
effective for 120 days after acceptance of the items in CLIN 0001. FAR
52.212-1, Instructions to Offerors Commercial Items (AUG 1998) is
incorporated by reference and applies to this acquisition. The
provision at 52.212-2, Evaluation -- Commercial Items (OCT 1997) does
not apply to this acquisition. An award shall be made to that
responsible offeror submitting a technically acceptable proposal and
offering the lowest evaluated price. Price shall be the deciding factor
among the technically acceptable proposals. To be technically
acceptable, the offeror's technical proposal must be evaluated as
technically acceptable for the requirements listed above. Technical
acceptability will be determined solely on the content and merit of the
information submitted in response to this provision. Therefore, it is
incumbent upon the offeror to provide sufficient technical support
(e.g., technical literature, brochures, documentation etc ) which shows
a clear understanding of the twenty one (21) requirements specified
above and data requirements in order for the Government to make an
adequate technical assessment of the proposal. The price proposal shall
be evaluated on the overall lowest price to the Government. The offeror
shall provide backup information, verifying theprice offered, e.g., a
copy of current catalog. A written notice of award or acceptance of an
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. Each offeror shall include a
complete copy of the provision at FAR 52.212-3, Offeror Representations
and Certifications Commercial Items (JAN 1997) with its proposal. FAR
52.212-4 Contract Terms and Conditions -- Commercial Items (APR 1998)
is incorporated by reference and applies to this acquisition. The
clause at 52.212-5, Contract Terms and Conditions Required to Implement
Executive Orders Commercial Items (JUN 1998) is incorporated by
reference, however, for paragraph (b) only the following clauses apply
to this acquisition: 52.212-5(b): 52.203-6, Restrictions on
Subcontractor Sales to the Government, with Alternate I (JUL 1995),
52.219-8, Utilization of Small Business Concerns and Small
Disadvantaged Business Concerns (JUN 1997), 52.222-26, Equal
Opportunity (APR 1984), 52.222-35, Affirmative Action for Disabled
Veterans and Veterans of the Vietnam Era (APR 1998), 52.222-36,
Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37,
Employment Reports on Disabled Veterans and Veterans of the Vietnam Era
(APR 1998), 52.225-3, Buy American Act Supplies (JAN 1994), 52.239-1,
Privacy or Security Safeguards (AUG 1996). Additionally, each offeror
shall include a completed copy of Defense FAR Supplement (DFARS)
provision clause 252.212-7001, Contract Terms and Conditions Required
to Implement Statutes or executive Orders Applicable to Defense
Acquisitions of Commercial Items (MAR 1998) is incorporated by
reference, however, for paragraph (b) only the following clauses apply,
252.225-7001, Buy American Act and Balance of Payment Program (MAR
1998), 252.225-7007, Buy American Act Trade Agreements Balance
ofPayments Program (MAR 1998), 252.225-7021, Trade Agreements (MAR
1998), 252.225-7036, Buy American Act North American Free Trade
Agreement Implementation Act Balance of Payment Program (MAR 1998),
252.227-7015, Technical Data Commercial Items (NOV 1995), 252.227-7037,
Validation of Restrictive Markings on Technical Data (NOV 1995).
CONTRACT DATA REQUIREMENTS LIST (CDRL) The Government requires that
three data items be provided. The data items shall be titled "Operating
Manual", "Maintenance Manual", and "Installation Manual" and may be
submitted in contractor format. This CDRL requires one copy of each
said manual. This is a DO-A70 rated contract. Note 1 applies. Offers
are due to CONTRACTS, Code 254347, Bldg. 588, Suite 2, NAWCAD 47253
Whalen Road, Unit 588, Patuxent River, MD 20670-1463, by 2:30 P.M.
Eastern Standard Time 25 August 1998. For information regarding this
solicitation, contact Kelly Williams, Code 254347 (301) 342-1825 ext.
113. For copies of FAR provision 52.212-3 or DFARS provision
252.212-7001, fax your request to Kelly Williams, (301) 342-1847. *****
Posted 08/10/98 (W-SN234903). (0222) Loren Data Corp. http://www.ld.com (SYN# 0426 19980812\70-0003.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|