Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2004 FBO #1010
SOLICITATION NOTICE

58 -- Broadband TWT Amplifier with Remote Power Supply

Notice Date
8/30/2004
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-04-R-CR06
 
Response Due
9/16/2004
 
Archive Date
8/31/2005
 
Point of Contact
Alan Crupi, Contract Specialist, Phone 202-767-3595, Fax 202-767-0430, - F. Janilea Bays, Contracting Officer, Phone 202-767-2974, Fax 202-767-0430,
 
E-Mail Address
crupi@contracts.nrl.navy.mil, bays@contracts.nrl.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 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, N00173-04-R-CR06, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 01-24 and DFARS Change Notice 20040810. The associated small business size standard is 750 employees. The Naval Research Laboratory (NRL-DC) has a requirement for (CLIN 0001 ? two each) Broadband TWT Amplifier with Remote Power Supply. The two TWT amplifiers must provide 250 watts minimum output power over the frequency range of 8GHz to 18 GHz each. Each amplifier system will consist of two separate units, a power supply and a radio frequency (RF) module. The power supply must be housed in a rack mountable enclosure. The contractor must provide the cable and associated connectors. The system must have a data control interface that can provide at least a minimal level of status information about the amplifier operation. The system must have a data control interface port, which must be located on either the power supply or the RF amplifier module. The amplifier must have a grid control to support pulsed operation and quiet non transmit states. Complete specifications are available at http://heron.nrl.navy.mil/contracts/RFP/04cr06.htm This requirement has an option (CLIN 0002 ? one each), which has the identical specifications as the base item. The contractor shall provide a standard commercial warranty for all parts and labor. Delivery and acceptance is at the Naval Research Laboratory, Washington, DC 20375, FOB Destination. Delivery for the base contract (CLIN 0001) shall be no later than 180 days after contract award. Delivery for the option (CLIN 0002), if exercised, shall be no later than 180 days after exercising of option. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for items that have been determined to comply with the requirements of the specifications and solicitation. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement (FAR 52.217-5). The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The Government reserves the right to exercise any or all options at time of contract award. The options may be exercised by the Contracting Officer giving written notice any time prior to contract completion. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items, which are identified as B and available electronically at: http://heron.nrl.navy.mil/contracts/reps&certs.htm The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: 52.233-3, 52.203-6, 52.219-4, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-29, 52.232-33 and 52.239-1. The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, 252.225-7012, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023, 252.247-7024, 252.204-7004 and 252.211-7003. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the response date of this solicitation. An original and 2 copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. All responsible sources may submit a bid, proposal or quotation, which shall be considered by the agency. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/listrfp.htm
 
Place of Performance
Address: Contractor Facility
 
Record
SN00660585-W 20040901/040831064745 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.