Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2004 FBO #1076
SOLICITATION NOTICE

14 -- C-Band Beacon Transponders

Notice Date
11/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
FA8677-05-M-0077
 
Response Due
11/18/2004
 
Archive Date
12/3/2004
 
Small Business Set-Aside
Total Small Business
 
Description
The Area Attack System Program Office (YH), Contracting Directorate, Air Armament Center (AAC), Eglin AFB, Florida, intends to solicit and award a Firm-Fixed Price contract for C-Band Beacon Transponders in support of the WCMD-ER Program. This acquisition is set-aside for small business. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quotation (RFQ) is being requested and a written solicitation will not be issued. The announcement reference number is FA8677-05-M-0077. The Government reserves the right to cancel this combined synopsis/ solicitation either before or after the Request for Quote (RFQ) closing, with no obligation to the offeror by the Government. The North American Industry Classification System (NAICS) code for this system is 334511, with a small business standard size of 750 employees. Please identify your business size if you respond based on this standard. The requirement is for CLIN 0001 21 C-Band Beacon Transponders to support the WCMD-ER Program. These items are to be delivered FOB Destination to Eglin AFB, Florida. Interested parties may submit statements of capability (SOC) demonstrating their ability to (1) Demonstrate, technical knowledge of C-Band Transponder requirements for safe operation performance of standoff air-to-ground munitions (WCMD-ER & Longshot) that meets the specification requirements dictated by Range Safety and compatibility and certified for use with range radars at Eglin AFB, FL, Utah Test and Training Range (UTTR), and China Lake. For reference see the Range Commanders Council Standard 262-02. Title is "C (G) - BAND & X (I) - BAND NONCOHERENT RADAR TRANSPONDER PERFORMANCE SPECIFICATION STANDARD." Please note that our specific requirements below supercede any in the document but it should be a general guide; (2) Adequate production facilities and production capabilities to produce and assemble a comparable ultra-miniature C-Band Beacon Transponder that meets safety requirements, flight qualifications, and current WCMD-ER hardware interfaces of no more than 4 inches x 4 inches w x 1.5 inches H, weight of no more than 20 ounces, peak power of 20W, transmit and receive over a range of 5.4 to 5.9 GHz, maximum power consumption of 9 Watts continuous, meet Mil STD 810C for vibration, have a J/F 12 Certification number or signed Notes to Holders adding to a previously certified J/F 12 number, and Temperature Range -54C to +74C and; and (3) Perform production and meet the required minimum delivery quantity of 21 NLT 1 Jun 05. The solicitation document and incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2001-17, FAR 52-212-1, Instructions to Offerors-Commercial Items and any addenda to the provision; (10/00) 52.212-2, Evaluation-Commercial Items (Evaluation will be based on technical capability of the aforementioned systems/safety requirements, relevant past performance, price, and the capability to deliver, with configuration updates, a minimum of 21 C-Band Beacon Transponders within the required delivery schedule of NLT 1 Jun 05; (1/99) 52.212-3, Offeror Representations and Certifications-Commercial Items (04/01). Note: Offerors must submit a completed copy with their offer. (To request an electronic copy of 52.212-3, respond with an e-mail to sue.stanley2@eglin.af.mi); 52.212-4, Contract Terms and Conditions Commercial Items (2/02); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (5/01) selecting the following sub-clauses for this acquisition: 52.222-3, 52.233-3, 52.222-19, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 Alt I, 52.232-33. Also, clauses 52.247-34, F.O.B. Destination (11/91); 52.252-2, Clauses Incorporated by Reference (2/98); 52.252-6, Authorized Deviations in Clauses (4/84); DFARS, 252-204-7004, Required Central Contractor Registration (CCR) (3/00); 252.212-7001, Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisition of Commercial Items (12/00). To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. The quote format is at the discretion of the offeror. All responses must be received no later than 4:00 P.M., Central Standard Time 14 calendar days after posting in Fed Biz Opps at http://www.eps.gov/. Send all quotations to Sue Stanley, 102 West D Avenue, Suite 229, Eglin AFB, FL 3242-6807, or by facsimile to 850-882-0877, or E-mail sue.stanley2@eglin.af.mil; or Ms. Jaciel Robbins, Contracting Officer at jaciel.robbins@eglin.af.mil. For further information on this synopsis concerning technical questions, contact Lt. James Mikes at 850-883-3886 or e-mail james.mikes@eglin.af.mil.
 
Place of Performance
Address: Eglin Air Force Base, Florida
Zip Code: 32542-6808
Country: USA
 
Record
SN00703865-W 20041106/041104211932 (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.