SOLICITATION NOTICE
58 -- Point to Point Radio
- Notice Date
- 12/2/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-09-Q-0075
- Archive Date
- 1/1/2009
- Point of Contact
- Charlene Booth,, Phone: 315-330-3536
- E-Mail Address
-
charlene.booth@rl.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-27 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20081124. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a Total Small Business (SB) Set-Aside. The NAICS code is 334220 and small business size standard is 750 employees. The contractor shall provide the following items on a firm fixed price basis: Item 1: Cabling Qty: 2 P/N: 80i-CAT5-100 Description: Category 5 ethernet cable, 100 feet with Metal RJ-45 Connectors for outdoor use with AN-80i Item 2: Antenna Qty: 2 P/N: A2209MTF Description: AN-80, 50, 30 - 1 Foot, 9 Degree, 22 dBi flat panel V or H Polarization Antenna (V-MAST included) Item 3: Mounting Kit Qty: 2 P/N: 80i-HD-MNT Description: Heavy Duty Mounting Kit: Vertical mast mounting kit for mounting 1' or 2' antenna or other detached antenna mounting. Includes 16" RF Cable assembly Item 4: Point-To-Point Radio Qty: 2 P/N: 80i01-P-T-T58 Description: Point-to-Point (PTP AN80i) Indoor Unit, 5.8 GHz radio with Highspeed key (108 Mbps peak coded rate 10,20 & 40 MHz channel seperation) Item 5: Ethernet Line Protector (non RJ45) Qty: 2 P/N: 80i-LP-POET Description: PoE compatible for outdoor use. Non RJ45 interfaces with screw terminal connectors for mounting beside ODU on towers or POE of building. Item 6: Ethernet Line Protector (RJ45) Qty: 2 P/N: LP-POE Description: PoE compatible for outdoor use. Utilizes 2 RJ45 interfaces for installation at the interior POE of building. Item 7: Extended Warranty Qty: 2 P/N: FT-WTSUP-RD Description: 1 Year Extended Warranty and Help Desk support per Redline Device (includes indoor/outdoor units). Provides Redline hardware extended warranty and ongoing Help Desk support for issues related to the Redline product. BRAND NAME JUSTIFICATION: The program requires Redline Communications devices in order to test a brand of wireless technology already deployed and in use for a variety of applications. Offerors shall specify at least the same warranty terms, including extended warranties, offered to the general public in commercial practice. The estimated delivery date is 30 days after award. The place of delivery, acceptance, and FOB Destination point is Air Force Research Lab, 148 Electronic Pkwy, Rome NY, 13441. The following provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items with the following paragraph addenda: (b) Written quotes are due by 3 PM EST WEDNESDAY 17 DECEMBER 2008. Submit to: AFRL/RIKO, Attn: Charlene Booth, by email at charlene.booth@rl.af.mil, by fax to 315-330-2555 or by mail to 26 Electronic Parkway, Rome NY 13441-4514. (b)(10) No past performance information is required. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within four (4) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. EVALUATION PROCEDURE. The Government intends to award a firm fixed price contract as a result of this RFQ to the responsible offeror whose quote is most advantageous to the Government based on PRICE. 52.212-3 Offeror Representations and Certifications-Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Offerors are required to submit paragraph (B) of this provision with their quote. 52.212-4 Contract Terms and Conditions-Commercial Items. 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items. The following additional FAR clauses cited within the clause also apply: 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Rerepresentation 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 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional DFARS clauses cited within the clause also apply: 252.225-7001 Buy American Act and Balance of Payments Program 252.227-7015 Technical Data Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 (Alt III) Transportation of Supplies by Sea Alternate III 252.247-7024 Notification of Transportation of Supplies by Sea The following DFARS and AFFARS clauses and provisions also apply: 252.225-7000 Buy American Act - Balance of Payments Program Certificate 252.232-7010 Levies on Contract Payments 5352.201-9001 Ombudsman with the following filled in: Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires payment requests to be submitted and processed electronically. Offerors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow-Receipt and Acceptance (https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a313b4608a6882bbae35ecab29436a89&tab=core&_cview=1)
- Place of Performance
- Address: Air Force Research Laboratory, Rome, New York, 13441, United States
- Zip Code: 13441
- Zip Code: 13441
- Record
- SN01712531-W 20081204/081202215830-a313b4608a6882bbae35ecab29436a89 (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 |