|
COMMERCE BUSINESS DAILY ISSUE OF JULY 7,2000 PSA#2637ESC/MCK, MITRE Bldg "D", 50 Griffiss Street Hanscom AFB, MA 01731-1620 58 -- UHF SATELLITE COMMUNICATION ANTENNA=20 SOL F19628-00-R-0042 DUE
072800 POC Bill Donaldson, (781) 271-6091; Contracting Officer -- Joe
Zimmerman, (781) 271-6279 WEB: N/A,. E-MAIL: Click Here to E-mail the
POC, bill.donaldson@hanscom.af.mil. Description (i) 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 = using the simplified acquisition
procedures. The announcement constitutes = the only solicitation;
proposals are requested and a written solicitation = will not be used.
(ii) Solicitation F19628-00-R-0042 is issued as a Request = for
Proposal (RFP). A firm fixed price contract is anticipated to result =
from this solicitation. (iii) This RFP incorporates provisions and
clauses = in effect through Federal Acquisition Circular 97-18. (iv)
This is a 100% small business set aside; the SIC Code for this
acquisition category is = 3669 and the size standard is 750 employees.
(v) The requirement for UHF Antennas will be for government fiscal
years FY 00 -- FY 04, inclusive. = The following CLIN structure is
proposed, however offerors may add and/or = edit to optimally fulfill
government requirements: CLIN 0001 -- High Gain UHF Antenna Assembly
and Accessories to include mounting tripod and = associated cables and
hardware, transit case, operator's manual, and maintenance manual.
(Minimum quantity 1, Maximum quantity 480) Propose quantity = price
breaks per item by government fiscal year (October 1st to September =
30th). (vi) The MILSATCOM Terminals Program Office is seeking a
commercial off-the-shelf (COTS)/non-developmental item (NDI) Ultra-High
Frequency = (UHF) satellite communications (SATCOM) antenna for use in
Air Force = fixed-site and transportable ground tactical operations.
The antenna shall be sectional for frequent transit in a hard shell
carrying case and = capable of rapid deployment in field sites. The
antenna system shall consist of = the antenna assemblies, supporting
tripod, two cables, operation and = maintenance manual, and carrying
case. The antenna shall cover the 240 to 318 = megahertz (MHz)
frequency range, with right hand circular polarization and a 3 dB =
axle ratio at half power points. Nominal impedance shall be 50 Ohms,
with a maximum voltage standing wave ratio of 1.5:1. Rated gains shall
be 9.5 = dBic minimum at 244 MHz and 14.0 dBic minimum at 318 MHz,
nominally = increasing linearly with frequency. Power handling
capability shall be 200 Watts continuous. RF connector type shall be
male type N. The tripod = assembly shall provide rigid support,
incremental elevation adjustability, adjustability for unlevel mounting
surfaces, and provision to add = ballast if necessary for wind
survival. As an objective, the fully deployed = antenna shall be
capable of surviving winds of at least 80 miles per hour. The carrying
case shall be hard shell with rigid foam internal protection = for
antenna assemblies. As objectives, the carrying case maximum volume =
shall be 3.5 cu. ft., with longest dimension less than 40 inches. The
antenna = system maximum weight shall be less than 50 pounds. Cable
assemblies shall = consist of 12.5 feet RG-214/U coaxial cable with one
male and one female type N connector. Finish of the antenna assemblies
shall be olive drab, in accordance with MIL-F-14072 or equivalent.
Environmental capabilities = shall include an operating and
non-operating temperature range of -40=B0 C = to +70=B0 C, operating
altitude of 15,000 feet and non-operating altitude of = 40,000 feet,
rain, wind, and sand and dust environments common to military
deployments throughout the world. The contractor shall identify and =
make available to the government all warranties associated with
material delivered under this contract. The effective date for the
warranties = shall coincide with the date of government acceptance of
the applicable item. = The contractor shall be responsible for the
shipment of items to the = customer. Commercial packaging and marking
of supplies shall be in accordance = with best commercial practice.
(vii) Delivery of items shall be shipped to = (FOB Destination in CONUS
-- The shipping address is: 5CBCSS/CTQHR, 100 Quartermaster Road,
Building 658, Robins AFB, GA 31098) starting not = later than 60 days
after contract award/order placement. Interested offerors shall submit
Technical Proposals consisting of Statement of = Capabilities, product
literature, technical features, and warranty provisions which clearly
show they comply with the government's minimum technical requirements.
Technical acceptability will be determined by = information submitted
by the offeror providing a description in sufficient detail = to show
that the product quoted meets the government's requirement. The
government does not restrict the offeror from proposing more than one
product that will meet the requirements of this solicitation. (viii) =
The provision at FAR 52.212-1, Instructions to Offerors-Commercial
applies = to this acquisition. For item b(6), include a listing of
price by CLIN, = to include price breaks by quantities ordered or any
other volume order discount. This listing will include price per item
by government = fiscal year (October 1st to September 30th) for CLIN
0001. (ix) 52.212-2, Evaluation-Commercial Items, based on the
following criteria: technical specifications,
reliability/maintainability, past performance, price = and price
related factors, and delivery schedule considered in descending = order
of importance as listed here. In addition, when all other evaluation =
factors other than cost or price are combined they are more important
than = price. The government will select a technically superior offer
if it is = determined that the additional technical merit is worth the
additional cost in = relation to the other proposals received.
Furthermore, the government may = reject any or all offers if such
action is in the public interest and waive informalities and minor
irregularities in offers received. Technical capability will be
determined from the information submitted by the = Offeror providing a
description in sufficient detail to show the product = offered meets
the government's requirements. The government will award a = contract
resulting from this solicitation to the responsible offeror whose offer
conforming to the solicitation will be most advantageous to the =
government, price and other factors considered. (x) FAR 52.212-3,
Offeror Representations and Certifications-Commercial Items, complete
this = provision and submit with offer. (xi) FAR 52.212-4 Contract
Terms and Conditions-Commercial Items applies to this acquisition.
(xii) FAR = 52.212-5 Contract Terms and Conditions Required to
Implement Statutes or = Executive Orders- Commercial Items, Clause
52.212-5 paragraph b is tailored to = include the following clauses by
reference: 52.203-6 Alt 1, 52.222-35, = 52.222-36, 52.222-37,
52.225-1, 52.225-3 Alt 1, 52.232-33, and 52.225-18. (xiii) = The
following clauses are included by reference and include the entries as
follows: 52.216-18, Ordering- Insert, "From contract award to sixty =
(60) months after contract award" in the blanks; 52.216-19, Order =
Limitations -- Insert, in paragraph a.) "quantity of one (1) item";
Insert in = paragraph b.)(1) "the maximum quantities listed in item
#17(v) of the = solicitation" in the blank; Insert in paragraph b.)(2)
"the maximum quantities listed in = item #17 (v) of the solicitation"
in the blank; Insert in paragraph b.)(3) = "seven (7) days" in the
blank; Insert in paragraph d.) "seven (7)" in the blank; 52.216-22,
Indefinite Quantity-Insert, in paragraph (d) "Sixty (60) months after
contract = award" in the blank. Any proprietary information submitted
should be = identified as such. The government will not reimburse
respondents for any cost = associated with submission of the
information being requested or reimburse = expenses incurred to
interested parties for responses to this = synopsis/solicitation. This
announcement does not constitute a commitment to order on the part =
of the government. (xiv) N/A (xv) N/A (xvi) All responses to this =
Request for Proposal shall be in writing. Include Federal Tax
Identification = number on your bid. Offerors shall hold bid price firm
for 30 calender days = from the date of receipt of offers. The closing
date for receipt of offers = is 1400 hours EST on 28 July 2000. (xvii)
Responses shall be mailed to = the following address: ESC/MCK, 202
Burlington Road, Bedford MA, 01739, = ATTN: Mr. Joseph Zimmerman/Mr.
Bill Donaldson. Responses may also be = handcarried to the following
address: MITRE Corporation, BLDG M (Main Lobby), 202 Burlington Road,
Bedford MA, 01730-1420 ATTN: Mr. Joseph Zimmerman/Mr. = Bill Donaldson,
ESC/MCK. Also, Mr.Donaldson (bill.donaldson@hanscom.af.mil) = will
accept e-mail responses. Respondents to this RFP shall identify =
whether they are a large or small business and provide their company's
name, address, telephone number and a Point of Contact (POC). Any =
proprietary information submitted shall be identified as such. An
Acquisition = Ombudsman, Colonel Joseph B. Magnone, Director,
Commander's Staff, has been = appointed to hear concerns from offerors
or potential offerors during proposal development. You should only
contact the Ombudsman with issues or = problems you cannot
satisfactorily resolve with the program manager and/or contracting
officer. The Ombudsman role is to hear concerns, issues, = and
recommendations and communicate these to the appropriate government
personnel. The Ombudsman will maintain strict confidentiality if =
desired. The Ombudsman does not evaluate proposals or participate in
source selection. You can contact the Ombudsman at (781) 377-5106. See
= numbered Note 1. Posted 07/05/00 (D-SN471366). (0187) Loren Data Corp. http://www.ld.com (SYN# 0109 20000707\58-0005.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|