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

66 -- Delay Line With Equalizer and Isolators

Notice Date
11/4/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-05-T-0008
 
Response Due
11/12/2004
 
Archive Date
1/11/2005
 
Small Business Set-Aside
N/A
 
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. This announcement constitutes the only solicitation; pr oposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX05T0008. This acquisition is issued as a request for proposal (RFQ). (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25. (iv) The North American Industry Classification System (NAICS) code is 334419. (v) Item and specifications: Item #1  Delay line with equalizer and isolators, center frequency 5.5 GHz. Ban dwidth 1000 MHz. Time Delay 0.400+0.011 microseconds. Insertion Loss 50 dB maximum. TTS 30 dB minimum. VSWR 1.8:1 maximum. Power 500/500 MW Maximum (peak/average). Environment 0` C to +85`C operating, -54`C to +85`C non-operating. Connectors SMA female. Approximate size 285x50x 25 millimeters, Quantity 2 each. Item #2  Delay line with equalizer and isolators, center frequency 5.5 GHz. Bandwidth 1000 MHz. Time Delay 0.800+0.011 microseconds. Insertion Loss 70 dB maximum. TTS 30 dB minimum. VSWR 1.8:1 m aximum. Power 500/500 MW Maximum (peak/average). Environment 0` C to +85`C operating, -54`C to +85`C non-operating. Connectors SMA female. Approximate size 290x50x 25 millimeters, Quantity 2 each. Item #3  Delay line with equalizer and isolators, cente r frequency 5.5 GHz. Bandwidth 1000 MHz. Time Delay 1.000+0.011 microseconds. Insertion Loss 50 dB maximum. TTS 30 dB minimum. VSWR 1.8:1 maximum. Power 500/500 MW Maximum (peak/average). Environment 0` C to +85`C operating, -54`C to +85`C non-operati ng. Connectors SMA female. Approximate size 295x50x 25 millimeters, Quantity 2 each. Item #4  Delay line with equalizer and isolators, center frequency 5.5 GHz. Bandwidth 1000 MHz. Time Delay 2.000+0.012 microseconds. Insertion Loss 50 dB maximum. TTS 3 0 dB minimum. VSWR 1.8:1 maximum. Power 500/500 MW Maximum (peak/average). Environment 0` C to +85`C operating, -54`C to +85`C non-operating. Connectors SMA female. Approximate size 305x50x 25 millimeters, Quantity 2 each. Item #5  Delay line with equ alizer and isolators, center frequency 5.5 GHz. Bandwidth 1000 MHz. Time Delay 4.000+0.014 microseconds. Insertion Loss 70 dB maximum. TTS 30 dB minimum. VSWR 1.8:1 maximum. Power 500/500 MW Maximum (peak/average). Environment 0` C to +85`C operating, -5 4`C to +85`C non-operating. Connectors SMA female. Approximate size 330x50x 25 millimeters, Quantity 2 each. Delivery is required no later than 90 days after award to FOB: Origin: US Army Research Laboratory, Bldg 1646, White Sands Missile Range, NM 880 02-5513. (vii) The following FAR provisions/clauses apply: 52.212-1, Instructions to Offerors -- Commercial, 52.212-2, Evaluation -- Commercial Items and Criteria, 52.212-3, Offeror Representations and Certifications -- Commercial Items, 52.212-4, Contrac t Terms and Conditions -- Commercial Items, 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. The following DFAR clauses apply: 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items. (viii) The provision at FAR 52.212-2, Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical past performance and price. Technical and past performance are of equal importance and when combined are significantly more important than price. The technical evaluation will be a determination as to whether the proposed product meets the technical specifications based upon information furnished by the vendor. The government is not responsible for locating or securing any information which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive materials (such as cuts, illustrations, drawings, or other information) necessary for th e government to determine whether the product meets the technical requirements. If the vendor proposes to modify a product so as to make it conform to the requirements of the solicitation, the vendor shall include a clear description of such proposed modi fications and clearly mark any descriptive materials to show modifications. Contractor shall submit technical specifications/salient characteristics of furnace system and a listing of required utilities. Past performance will be evaluated based on informat ion provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror, past record of meeting deliv ery schedules and service/maintenance reputation. Offerors must include records of two recent sales and identify a point of contact for each by providing a name and phone number. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. (ix) Offerors shall include a completed copy of the provision at FAR 52.212-3 Offeror Representation and Certifications - Commercial Items and DFARS 252.212-7000, Offeror Representation and certifications with its offer. (x) Offerors are due by COB on 11 November 2004 to gmormon@arl.army.mil. (xii) For information regarding t his solicitation, please contact Gloria Mormon, Contracting Specialist at gmormon@arl.army.mil.
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSSB-ACC-AW BLDG 1624 WHITE SANDS MISSILE RANGE, NM WSMR NM
Zip Code: 88002-5503
Country: US
 
Record
SN00704009-W 20041106/041104212155 (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.