SOLICITATION NOTICE
59 -- 1 kWatt Pulsed Power Amplifier - Attachment 2 - Past Performance Questionnaire - Attachment 1 - Technical Questionnaire
- Notice Date
- 7/30/2012
- 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, AFNWC/PKO - Kirtland (Operational Contracting Division), AFNWC/PKO Operational Contracting Division, 2000 Wyoming Blvd SE, Bldg 20604, Room B-9, Kirtland AFB, New Mexico, 87117-5606, United States
- ZIP Code
- 87117-5606
- Solicitation Number
- F2KBAB2067A001
- Archive Date
- 9/14/2012
- Point of Contact
- Sonja B. Marsh, Phone: 5058461369, Rafaela Kovacs, Phone: 5058467691
- E-Mail Address
-
sonja.marsh@kirtland.af.mil, rafaela.kovacs@kirtland.af.mil
(sonja.marsh@kirtland.af.mil, rafaela.kovacs@kirtland.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Technical Questionnaire Past Performance Questionnaire This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This requirement is being set aside 100% for small business. The NAICS Code for this synopsis/solicitation is 334220, Size Standard 750 employees. Solicitation number F2KBAB2067A001 is issued as a Request for Proposal (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-60 effective 26 Jul 2012. The Government intends to award one contract line item for a 1kWatt pulsed Power Amplifier operating over the range of 500 to 1000 MHz. See additional requirements listed below. FOB: DESTINATION Inspection and Acceptance: DESTINATION Desired Delivery Date: 6 - 8 months ARO The following provisions and clauses apply to this procurement: FAR 52.204-7, Central Contractor Registration FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation - Commercial Items FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal) FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply: 52.204-10, 52.209-6, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.233-1, 52.233-3, 52.233-4] FAR 52.215-1, Instructions to Offerors - Competitive Acquisitions FAR 52.219-1 Alt I, Small Business Program Representations FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification FAR 52.232-1, Payments FAR 52.249-1, Termination for Convenience of the Government (Fixed-Price)(Short Form) DFAR 252.204-7000, Disclosure of Information DFAR 252.204-7003, Control of Government Personnel Work Product DFAR 252.204-7004 Alt A, Central Contractor Registration DFAR 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) DFAR 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (Dec 2006) DFAR 252.211-7003, Item Identification and Valuation (Jun 2011) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph(s) (a) and (b) the following clause(s) apply 252.203-7000, 252.225-7036, 252.232-7003, 252.247-7023 Alt III] DFAR 252.216-7000, Economic Price Adjustment - Basic Steel, Aluminum, Brass, Bronze, or Copper Mill Products DFAR 252.223-7004, Drug-Free Work Force DFAR 252.223-7008, Prohibition of Hexavalent Chromium DFAR 252.225-7002, Qualifying Country Sources as Subcontractors DFAR 252.232-7010, Levies on Contract Payments DFAR 252.242-7006, Accounting System Administration DFAR 252.243-7001, Pricing of Contract Modification AFFARS 5352.201-9101, Ombudsmen The following full text provisions and clauses apply to this procurement: FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). 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 FAR 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 Addendum to 52.212-1: 1. Proposal Preparation Instructions. a. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Proposals must be complete, self-sufficient, and respond directly to the requirements of this solicitation. b. Before consideration for award, the contractor must validate and provide a record of their company's capability to manufacture this product by answering the technical questions (Attachment 1). c. Failure to furnish a complete proposal may result in the proposal being determined non-responsive by the Government. Proposals shall be submitted via electronic format (E-mail is acceptable and preferred) to Sonja.Marsh@kirtland.af.mil or Rafaela.Kovacs@kirtland.af.mil. d. A completed proposal consists of the following: (1) A Proposal with Detailed Specifications, Completed Technical Questionnaire (Attachment 1), Representations and Certifications, and Past Performance Questionnaire (Attachment 2). Provide a complete Representations and Certifications IAW 52.212-3 and ORCA website (https://orca.bpn.gov). (2) 52.212-1 paragraphs (c) and (h) are not applicable. Period for acceptance of offers: The offeror agrees to hold the prices in its offer firm for sixty (60) calendar days from the date specified for receipt of offers. 2. Technical Capability a. The offeror shall provide a proposal with attached specifications and a completed technical questionnaire. 3. Past and Present Performance. a. In addition to the requirement in 52.212-1(b) (10), offerors may identify past or current contracts (including Federal, State, and local government and private) for efforts similar to this Government requirement in the past two (2) years. Offerors may also provide information on problems encountered on the identified contracts and the offeror's corrective actions. Addendum to 52.212-2: Evaluation Criteria: All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. 1. Price: Lowest Price 2. Technical Capability 3. Past performance: (i) The Government will evaluate past performance information submitted from the lowest priced offeror under this acquisition. In the event that the lowest offeror fails to meet Government past performance acceptability standards as defined below, the offeror will be eliminated from consideration for award and the Government will then evaluate the next lowest offeror's past performance. This process will continue until an offeror is found to have acceptable past performance. (ii) Offerors shall submit the most recent and relevant past and present contracts and subcontracts performed for the U.S. Government, within the last two (2) years. Past performance will be evaluated for recency, relevancy, and quality. The Contracting Officer shall evaluate past performance information based on (1) the references provided by the offeror and (2) data independently obtained from other Government and commercial sources. The purpose of the past performance evaluation is to allow the Government to assess the offeror's ability to perform the effort described in this solicitation based on the offeror's demonstrated past performance on relevant contracts. Past performance regarding predecessor companies and key personnel who have relevant experience related to the requirement may be evaluated. Offerors with no relevant past performance history are treated neither favorably nor unfavorably, however, the Government may use information obtained from other sources to determine a final past performance rating. Past performance evaluation will be performed based on the following criteria: (A) Recency: The Government will confirm whether contracts submitted by the offeror has been completed within the past 2 years from the solicitation release date or are currently in progress. (B) Relevancy: The Government will evaluate contracts submitted by the offeror to determine relevancy. Relevancy is defined as similar manufactured end product when compared to this solicitation in terms of actual manufactured end product provided. The Government is not bound by the offeror's opinion of relevancy. (C) Quality: The Government will evaluate contracts submitted by the offeror to determine whether the manufactured end product met or exceeded contractual requirements with few or no minor problems. (iii) Final Past Performance Rating: Based on evaluation results, the low offeror will be assigned either an acceptable or a not acceptable rating as follows: (A) Acceptable: Based on an assessment of past performance information submitted by the offeror, the Government has concluded that the acceptable recency, relevancy and quality has been fully demonstrated. (B) Not Acceptable: Based on an assessment of past performance information submitted by the offeror, the Government has concluded that the acceptable recency, relevancy and quality have not been fully demonstrated. (C) Neutral: Offerors with no relevant past performance history provided and no information obtained from other sources. (iv) Past Performance Questionnaire: Offerors will advise the individual/organization to complete and submit the Past Performance Questionnaire (see Attachment 2) directly to AFNWC/PKOA, by e-mail (preferred) to sonja.marsh@kirtland.af.mil and rafaela.kovacs@kirtland.af.mil or by FAX (505)846-8925, no later than the time & date specified in the Proposal Information section below. Offerors may submit a questionnaire for up to three (3) contracts performed. (v) The offeror may provide information in response to deficiencies identified in their Past Performance Questionnaire and provide the corrective actions that were taken to resolve these problems. This may include a discussion of efforts taken by the offeror to resolve problems encountered on prior contracts as well as past efforts to identify and manage program risk. (End of provision) All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. All offers are due no later than 30 Aug 2012, 12:00 noon, Mountain Daylight Time. Offers may be mailed to AFNWC/PKOA, ATTN: Sonja Marsh, 2000 Wyoming Blvd. SE, Bldg 20604, Kirtland AFB, NM 87117, emailed (preferred) to sonja.marsh@Kirtland.af.mil, or faxed to (505) 846-7692 ATTN: Sonja Marsh ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (334) 206-7828 or through the CCR website at http://www.ccr.gov. Requirements Listing CLIN 0001 - Power Amplifier, 1 kWatt pulsed Delivery: 6 - 8 Months ARO FOB: Destination Inspection and Acceptance: Destination AFRL requires a 1 kWatt pulsed amplifier operating over the range of 500 to 1000 MHz. The amplifier may be solid state, tube or any combination of the two. Background: Currently the AFRL has a set of 1 kWatt pulse only TWT amplifiers from 1 to 18 GHz. It also has pulse amplifiers that cover the 20 to 500 MHz range (one tube, one solid state). We need an amplifier with similar characteristics to cover the intermediate range of 0.5 to 1 GHz. Amplifiers are turned on and off ("Gated") via an externally applied TTL signal. The amplifier may also have the output muted via a TTL signal Environment is general laboratory use with occasional truck transport. Offerers must provide evidence, with current POCs, that they have previously supplied similar amplifiers within the past 2 years. See attached Past Performance Questionnaire. Specification Value Frequency range 500 to 1000 MHz Power output 1dB 1000 watt across the full band Saturated power output 1100 watts Duty cycle 4% Input/output Impedance 50 ohms Gain dB 60 dB Harmonics dBc -15 dBc Spurious outputs -50 dBc Gain variation Less than 1 dB/50 MHz Gain control 10 dB Sample port -40 dBc Front input connector Type N (F) Rear output connector Type N (F) or 7/16 or other Input VSWR 2.0:1 Output VSWR 2.5:1 Output VSWR protection safe into any load impedance* Thermal protection Automatic shut down Internal pulse modulation Built in External TTL signal** ARFL supplied Pulse input connector BNC Repetition rate*** 10,000 Pulse width 200 ns to 10 us Rise and fall time 50 ns Pulse on/off ratio 60 dB Pulse droop 0.5 dB/10 us Pulse to pulse jitter 25 ns Video feedthrough Less than 10 volts at output Noise power out when input terminated 50 ohm +20 dBm amplifier gated on, or unmuted -20 dBm amplifier gated off or muted Remote control Not required AC power 120 VAC or 208 3 phase Cooling Forced air self contained Size 19" rack mount width Altitude 10,000 feet operating, 50,000 non Humidity 80% without condensation Operating Temp 0º to 50º C Non-operating -20º to 70º C *May also include VSWR trip protection **Internal modulator driven via externally supplied TTL signal ***In keeping with overall duty cycle
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KBAB2067A001/listing.html)
- Place of Performance
- Address: Kirtland AFB, New Mexico, 87117, United States
- Zip Code: 87117
- Zip Code: 87117
- Record
- SN02819473-W 20120801/120730234838-1eeaa3724465d5043cd2746f101b1e97 (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 |