SOLICITATION NOTICE
58 -- Satellite Link Relay, Simulator, repeater, and Ethernet remote control system
- Notice Date
- 9/21/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
- ZIP Code
- 93524-1185
- Solicitation Number
- FA9302-06-P-E224
- Response Due
- 9/27/2006
- Archive Date
- 10/12/2006
- Description
- This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12 and DFARs Change Notice (DCN) 2006-09-08. Standard Industrial Classification (SIC) code is 5820 and the size standard is 750. NAICS is 334220. This acquisition is unrestricted. Simplified Acquisition Procedures for commercial items will be followed. This purchase is for all necessary components, connectors, RF/ Fiber optic cables, supplies and services required to install, and integrate a Satellite Link Relay, Simulator, repeater, and Ethernet remote control system. The system requirements follow: System requirements The contractor shall provide all necessary components, connectors, RF/ Fiber optic cables, supplies and services required to install, and integrate a Satellite Link Relay, Simulator, repeater, and Ethernet remote control system. The contractor will be required to come on site (Edwards AFB CA) to perform a site survey, and provide installation, integration, and engineering services to complete the Satellite Link Relay, Simulator, repeater, and Ethernet remote control system. The system shall include a dual channel satellite link emulator Ku- Band Down-up tunable independent converter-to perform frequency translation with 697ms maximum delay per channel, 45MHz minimum bandwidth. The emulator should work side by side with satellite repeater or satellite modem, the satellite modem must have a standard data interface with data rate range (64 kbps- 52 kbps), and with BPSK/QPSK/(OQPSK standard) Modulation types. The Unit will perform frequency translation (IF frequency is 140MHz; 2 way 70/140MHz IF fiber optic link system) using a Fiber optic link system configuration which will perform an IF fiber optic Transmitter with 3 dB fixed gain and with a manual gain control for the IF receiver- the equipments must be installed in 8 slot 3RU 19? Chassis w/ 100-240VAC 50/60Hz power supply. The antenna is 2.4M Ku-Band Rx / Tx Antenna ? with feed stabilizer, and a king post pedestal mount. The antenna will connect to a Ku-Band VSAT Transceiver ?the transceiver should have at least 3? flex waveguide, with 40 watt transmit power within the range of 140MHz IF frequency, and LNC 110 K (NF 1.5 dB) . All the equipments must have an Ethernet card to unable the user to operate the system from inside /outside the chamber, and configured to drive the emulator or the repeater/modem from the customer command control stations. Standard IFL cable kit - 200ft; Fiber optic distribution cable, indoor/outdoor, watertight jacket, UV protected, riser rated, single mode, FC/APC terminations on both ends, w/pulley; primary input power cord ? standard (USA) AC power cord; installation hardware. Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including installation and delivery FOB Edwards AFB CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. Award will be made to the lowest priced offer technically acceptable. Contractors must comply with FAR 52.204-7 Central Contractor Registration (CCR) (Oct 2003) and DFARs 252.204-7004, alternate a (Nov 2003). Interested contractors can access the clauses by internet url: http://farsite.hill.af.mil. To register with the CCR, go to url: http://www.ccr.gov/ . Online representations and certifications application (ORCA) must be completed. Use of online representations and certifications application (ORCA) became mandatory 1 January 2005. Contractors can access ORCA through CCR by internet url: http://www.ccr.gov/ . The following provisions and clauses apply: Provision 52.212-1, Instructions to Offerors--Commercial; Clause 52.212-2 Evaluation-Commercial Items, the following factors shall be used to evaluate offers: lowest price technically acceptable to the Government; clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.225-3 Buy American Act ? North American Free Trade Agreement; Clause 52.232-33 Mandatory information for electronic funds transfer payment. The following DFARs clauses apply to this acquisition: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.225-7001 Buy American Act and Balance of Payment Program; Clause 252.225-7036, North American Free Trade Agreement Implement Act; Clause 5353.223-9000, Elimination of Use of Class I Ozone Depleting Materials, 252.211-7003, Item Identification and valuation; 252.232-7010. Levies on Contract Payments; 5352.201-910, Ombudsman. Questions of a technical nature can be directed to Hatef Elmasry at 661-277-8657 or email Hatef.Elmasry.ctr@edwards.af.mil Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524, not later than Close of Business (COB) 27 September 2006 at 4 pm PDT. Fax to 661-277-0470 or e-mail to dwight.franke@edwards.af.mil.
- Place of Performance
- Address: Edwards AFB, CA
- Zip Code: 93524
- Country: UNITED STATES
- Record
- SN01150759-W 20060923/060921220902 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |