SOLICITATION NOTICE
66 -- Small business set-aside for two each Free Space Electric Field Sensor Systems.
- Notice Date
- 3/13/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- ACC-RSA - (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W9124P-12-T-0022
- Response Due
- 3/27/2012
- Archive Date
- 5/26/2012
- Point of Contact
- Jeffery D. Hestley, 256-876-1647
- E-Mail Address
-
ACC-RSA - (Missile)
(jeffery.hestley@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. RESPONSES SHOULD INCLUDE A COPY OF YOUR COMMERCIAL PRICELIST OR PRICE SUPPORT ALONG WITH YOUR COMPANY'S CAGE CODE, TAXPAYER IDENTIFICATION NUMBER, AND DUNS NUMBER. Combined Synopsis/Solicitation Number W9124P-10-T-0022 is being issued as a request for quote using simplified acquisitions procedures authorized by FAR Part 13 and is set aside 100% for small business concerns. The corresponding NAICS code for this procurement is 334515 with a small business size standard of 500 employees. All responsible small business concerns may submit quotes.The US Army Contracting Command-Redstone is soliciting quotes for Two (2) each Free Space Electric Field Sensor Systems that meet or exceed the following requirements. Each system will consist of one receiver/control unit plus the necessary number of sensors/transmitters to detect the required range of field strengths with linear sensitivity. Minimum frequency coverage (3 dB down points): 1 MHz -1 GHz. Minimum range of sensitivity and linearity, all sensors combined: 3 - 1000 kV/m. Signal linearity better than 1% for each nominal sensor range. Each sensor responsive to a single, linear state of electric field polarization. Remote control (turn on, turn off) and signal transfer via non-metallic (i.e., fiber optic) interconnects, 100 ft. length. Receiver signal output suitable for display and capture by a standard fast oscilloscope (50 ohm input impedance). Ability to calibrate the system in the field with included internal or external calibration check mechanism or module. Sensor calibrations accurate and stable to less than 2% over 1 year. Signal accuracy error less than 2% over a minimum operating temperature range of -40 degrees Fahrenheit to +140 degrees Fahrenheit. Gimbal mount for sensors. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56. Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. Provision 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations - Representation; Provision 52.212-1, Instructions to Offerors - Commercial; Provision 52.212-2, Evaluation - Commercial items; Provision 52.212-3, Offeror Representations and Certifications - Commercial Items; Provision 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; Clause 52.209-10, Prohibitions on Contracting with Inverted Domestic Corporations; 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; Clause 52.219-6, Notice of Total Small Business Set Aside; Clause 52.223-18, Contractor Policy to Ban Text Messaging While Driving; and Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items are applicable to this acquisition. Other clauses may be included in the award if applicable. All responsible sources may submit a capability statement and quotation which shall be considered by the agency. In the event more than one quote is received, the following factors shall be used to evaluate offers: technical capability of the items offered to meet the Government requirement, price, and delivery. All items shall include shipping costs FOB Destination to Redstone Arsenal, AL. Payment will be made via Wide Area Work Flow. Responses are due no later than 10:30 AM (local time), March 27, 2012 in the contracting office, Building 5400, Room B-142, Redstone Arsenal, Alabama, 35898. Oral communications are not acceptable in response to this notice. Electronic quotes are preferred, but fax quotes will be accepted. Responses may be submitted to: jeffery.hestley@us.army.mil or via facsimile at 256-876-1631, marked to the attention of Jeffery Hestley.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2a6584dffd88dc0d027a91de6558ccd2)
- Place of Performance
- Address: ACC-RSA - (Missile) ATTN: CCAM-RD-D, Building 5400, Fowler Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN02695181-W 20120315/120313235219-2a6584dffd88dc0d027a91de6558ccd2 (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 |