SOLICITATION NOTICE
59 -- Portable tracking system
- Notice Date
- 3/22/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333314
— Optical Instrument and Lens 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, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- F1S0AZ7053B002
- Response Due
- 4/5/2007
- Archive Date
- 12/12/2007
- Small Business Set-Aside
- Total Small Business
- 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) 2005-15 and DFARS Change Notice (DCN) 2007-02-22. Standard Industrial Classification (SIC) code is 3827 and the size standard is 500. NAICS is 333314. This acquisition is a 100% small business set aside. This purchase will be for Brand Name or Equal for an Atlantic Positioning Systems, SPS-1000 Positioner w/ 25 foot cables, 1 Each; SPS-2722 Servo Digital Controller (SDC), 1 Each; SPS-2722 GUI, 1 Each; Rise (6 foot), 1 Each; Training/Plan Course, 1 Lot; and Slipring with analog video conductors/NRE, 1 Each; with following positioner specifications: SPECIFICATIONS FOR POSITIONER: Accuracy: ?0.0027? (?50; Repeatability : ?0.0014? (?25jiradians); Velocity: 0.010 to 90? sec (nominal); Acceleration: 90? Sec (nominal); Travel ?176? standard; Azimuth: ?1800 optional; Elevation: -1 5?to ?95? standard; Resonant Frequency: Azimuth >30 Hz; (at rated-load inertia) Elevation >40 Hz; Base Motion Stabilization: <lOOpradians RMS residual With high performance-FOG; Bearing Wobble: <0.005? (95 gradians); Non-orthogonality: <0.0083? (145 iradians); Motor Torque (Peak): 20 ft lb AZ; 10 ft lb EL; Resolver Precision (digital): 20 bits (6 pradians); Pedestal Type: Direct-drive, elevation over azimuth PostJT-Bar, Yoke or 3-Axis; Drive Motors: Brushless DC; Weight: 75 lbs; Payload: up to 150 lb.; Mechanical: Mounting 9.612? dia bolt circle, with 6 equally spaced 0.27? dia holes.; LOS: 12.62? above the pedestal base (nominal) for post and T-bar configs 18.00? for yoke config.; Environmental: temp -30? to +55? C; rain weather-tight seals; relative humidity 98%; Slipring: Consists of seven 30 ampere modules (2 circuits each) and six 5 ampere modules (6 circuits each) and 5 spacers. The unit will carry CATS digital data. Video will be transmitted using RG-179 circuits in the AC6355. All signal circuits will be sent through the AC6355. All cables will be spliced into the slipring modules. The slipring will provide 6? flying leads on each end.; GUI: allows operator control of power-up, setup, operation, and power-down using a CFE monitor, keyboard, mouse, and joystick.; Riser: incorporates mounting provisions for a slipring assembly with a rigid base flange for mounting to the building roof pad (6?); Servo Digital Controller: microprocessor-based provides position and rate-loop control of the positioner. Includes multiple RS-422/RS-2321RS485 and Ethernet ports for control, access to the signals generated by sensors and monitoring equipment. Brushless, low-torque-ripple motors with pulse-width-modulated amplifiers.; Training: includes course preparation, travel, and per diem to conduct a 2-day course at Edwards AFB.; Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing complete quote including delivery FOB destination Edwards AFB CA, 93524, within 60 Days After Receipt of Order. Offerors are required to submit enough information with their quote for the Government to evaluate the minimum technical requirements detailed in this synopsis. THE FOLLOWING PROVISIONS AND CLAUSES APPLY: Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS (NOV 1995). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu, <http://orca.bpn.gov/help.aspx>. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.219-8 Utilization of Small Business Concerns 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 252.212-7000 Offeror Representations and Certifications--Commercial Items 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.212-4 Contract Terms and Conditions ? Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-3 Alternate I 52.225-3 Alternate II 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101 Ombudsman Offers are due at the Air Force Flight Test Center, Directorate of Contracting, Attn: Mary Uptergrove, 5 South Wolfe Avenue, Edwards AFB, CA, 93524, not later than 5 Apr 2007 at 2 pm PST or e-mail address: mary.uptergrove@edwards.af.mil.
- Place of Performance
- Address: Edwards AFB CA
- Zip Code: 93524
- Country: UNITED STATES
- Zip Code: 93524
- Record
- SN01256938-W 20070324/070322220723 (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 |