SOLICITATION NOTICE
58 -- BROADBAND AMPLIFIER AND OPERATIONAL MANUALS AND SCHEMATICS
- Notice Date
- 11/10/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- N00178 17320 Dahlgren Road Dahlgren, VA
- ZIP Code
- 00000
- Solicitation Number
- N0017805R3009
- Response Due
- 11/30/2004
- Archive Date
- 2/1/2005
- Description
- This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce On Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to purchase a Broadband Amplifier (1 EACH) and Operational Manuals and Schematics (2 SETS) on a 100 percent Set Aside For Small Business Concern basis. This is a combined synopsis solicitation for commercial items prepared in accordance with the format in 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 is issued as Request For Proposal Number N00178-05-R-3009. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25 effective 5 OCT 04 and through DFARS Change Notice 20040930 dated 30 SEP 04. Numbered Note 1 (100 percent Set Aside For Small Business Concerns), NAICS 334220 with 750 employees small business size standard and DPAS Rating D0-A7 applies ! to this buy. The required items are: Item 0001 Broadband Amplifier (1 EACH) Item 0002 Operational Manuals and Schematics (2 SETS). The Item 0001 Broadband Amplifier shall meet the following specifications: C.1 Frequency Response: 7.5 GHz-18 GHz minimum, C.2 Power Output: CW 1100 Watts Nominal, 925 Watts Minimum, C.3 Linear at 1 dB Compression: 250 Watts Minimum, C.4 Input For Rated Output: 1.0 milliwatt Maximum, C.5 Gain: 60 dB Minimum, C.6 Gain Adjustment: (continuous range) 30 dB Minimum, C.7 Input Impedance: 50 ohms, VSWR 2.0:1 Maximum, C.8 Output Impedance: 50 ohms, VSWR 2.5:1 Minimum, C.9 Mismatch Tolerance: Will operate without damage or oscillation with any magnitude and phase of source and load impedance, C.10 Modulation Capability: Will reproduce AM, FM or Pulse Modulation appearing at the source input, C.11 Noise Power Density: Minus 72 dBm Hz Maximum, C.12 Harmonic Distortion: Minus 20 dBc Maximum, C.13 Primary Power: 208 VAC, 3 phase, delta (4 wire), 60 Hz 8.0 kVA Maximum, C.14 Connectors: RF Input Type N Female, RF Output Type WRD 750 waveguide flange, C.15 Display: Front Panel display at! a minimum shall display forward and reflected output powers, C.16 Cooling: Forced Air, C.17 Weight: 700 lbs Maximum, C.18 Size: 26 inch WX64 inch HX34 inch D Maximum. Item 0002 Manuals and Schematics shall meet the following specifications: C.2 Shall include, as a minimum, general descriptions, operating instructions, theory of operation, maintenance, and replacement parts. The offeror shall provide a copy of any warranty applicable to the items contained in this solicitation. Delivery of Items 0001 and 0002 is required F.O.B Destination to NSWCDD, Dahlgren, VA within 7 months after date of contract. The following provisions, incorporated by reference, apply to this buy: FAR 52.212-1 Instructions To Offerors ? Commercial Items (Jan 2004). Addenda to paragraph (b) Submission of offers are: (12) Shipping costs (if separately priced) for delivery to NSWCDD, Dahlgren, VA., (13) Offeror?s proposed delivery time, (14) Copy of any warranty applicable to the items, (15) Offeror?s CAGE, TIN and DUNS Numbers, and (16) The completed representations of FAR 52.212-3 and DFAR 252.212-7000. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). Paragraph (a) factors, in descending order of importance are: (1) Technical capability of the items offered to meet the Government?s requirements, (2) Price, and (3) Past Performance. The Government will award a contract resulting from this solicitation, under FAR 13.5 procedures, to the responsible offeror, whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items (May 2004). Include a completed copy with the offer. FAR 52.212-4 Contract Terms and Conditions- Commercial Items (Oct 2003). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders ? Commercial Items (Oct 2004), subparagraphs (a), (b) 1, 5i, 9, 14, 15, 16, 17, 18, 19, 20, 30, (d) and (e). DFAR 252.212-7000 Offeror Representations and Certifications ? Commercial Items (Nov 1995). Include a completed copy with the offer. DFAR 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Sept 2004), with applicable clauses at subparagraph (a) 52.203-3, subparagraph (b) 252.225-7012, 252.225-7021, 252.243-7002, 252.247-7023 and 252.247-7024. All responsible sources may submit a proposal to NSWCDD, Bldg 183, Room 106, Attn: Code XDS13-10, 17320 Dahlgren Road, Dahlgren, VA 22448-5100, which shall be considered by the Agency. Closing time and date is 2:00 P.M. 30 NOV 04. Electronic quotes can be emailed to: XDS13@nswc.navy.mil, or faxed to 540-653-6810, Attn: XDS13-10.
- Record
- SN00707167-W 20041112/041110212324 (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 |