SOLICITATION NOTICE
58 -- ALR-69 Radar Warning Receiver Integrated Support Station
- Notice Date
- 7/31/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864, United States
- ZIP Code
- 32542-6864
- Solicitation Number
- F1T0AW2191A901
- Archive Date
- 8/30/2012
- Point of Contact
- Carena Green, Phone: (850) 882-0360, Juanita J. Paci, Phone: 850-883-3476
- E-Mail Address
-
carena.green@eglin.af.mil, juanita.paci@us.af.mil
(carena.green@eglin.af.mil, juanita.paci@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The Operational Contracting Division, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for an ALR-69 Radar Warning Receiver Integrated Support Station. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (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 solicitation is a request for proposal (RFP). The solicitation number is F1T0AW2191A901. The North American Industry Classification System (NAICS) code for this acquisition is 334511 with a size standard of 750 employees. This solicitation is full and open. Please identify your business size in your response based upon this standard. Description: The ALR-69 Radar Warning Receiver Integrated Support Station (ISS) will be designed to support ALQ-213 OFP and MDF testing in Integrated FMS F-16 EW Suite configurations. In particular, the ALR-69 RWR ISS will be designed to integrate with the ALQ-213 Portable Test Bench (PTB). The ALR-69 RWR ISS will be able to receive externally generated RF via a threat generator and Jammer radiation, combine them, and feed them to the appropriate ALR-69 receivers. The system will be cabled in a way that functions as if installed on an aircraft. All 28 VDC and 400 Hz power will be generated in the ISS. Specifications: • ALR-69 ISS must house the complete ALR-69 LRUs suite and function as installed on the F-16 • Must have the capability to be interconnected with and controlled by an ALQ-213 • Must be installed in a standard 19" electronic equipment rack • Cooling must be sufficient for operation in a standard lab environment • Must include temperature monitoring • Noise abetment must be used to achieve operating noise levels suitable for a lab environment • Must include four 1553 Bus couplers, one each for the EW(A), EW(B), AV(A), and AV(B) buses. • Must operate off of 115 Volts 60 Hz externally supplied power • Must include a 115 Volt 400Hz generator onboard • Must include 28 Volt DC and 5 Volt DC power supplies, as required for ALR-69 operation • Must include a master/emergency power shut off switch • Must provides a means to inject multiple RF signals into the receiver subsystems (E/J Amplifier Detectors, FSRS, C/D Amplifier Detector) of the ALR-69 from an external source into the 45, 135, 225, and 315 deg ports of the SA-2283/84 Antenna Switch • Must include a speaker and volume control for ALR-69 audio generation • Must provide a means for the operator to input blanking signals; monitor system video, logic and voltage test points The ALR-69 Radar Warning Receiver is expected to be delivered within 9 Months ARO. Quoted price should include FOB Destination. Questions shall be submitted NLT 3 August 2012 at 5:00pm CST. Send questions to Ms. Carena Green by email at carena.green@eglin.af.mil. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-060 effective 26 July 2012. • FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper; • FAR 52.204-7, Central Contractor Registration; • FAR 52.212-1, Instructions to Offerors -¬¬ Commercial Items; • FAR 52.212-2, Evaluation -Commercial Items. Basis of award will be made on a lowest price technically acceptable basis (LPTA). Evaluation will be based on the following factors: price and technical (capability of item offered to meet the government's needs); • FAR 52.212-3, Offerors Representations and Certifications - Commercial Items, Alternate I (Effective January 1, 2005, in accordance with FAC 2001-26, offerors are required to provide representations and certifications electronically via the BPN website http://www.bpn.gov); • 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, incorporating the following: • 52.233-3, Protest After Award; • 52.233-4, Applicable Law for Breach of Contract Claim; • 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; • 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; • 52.225-13, Restrictions on Certain Foreign Purchases; • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • 52.219.28, Post-Award Small Business Program Representation • 52.222-99, Notification of Employee Rights Under the National Labor Relations Act • 52.222-50, Combating Trafficking in Persons • 52.233-1, Disputes • 52.233-2, Service of Protest • 52.247-29, F.O.B. Origin; or 52.247-34, F.O.B Destination; • 52.252-2, Clauses Incorporated By Reference • DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials. • DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights. • DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: • FAR 52.203-3, Gratuities; • DFARS 252.225-7001- Buy American Act and Balance of Payments Program; • DFARS 252.232-7003, Electronic Submission of Payment Requests; • 252.243-7002, Requests for Equitable Adjustment; • 252.247-7023, Transportation of Supplies by Sea; • DFARS 252.223-7001, Hazard Warning Labels • DFARS 252.232-7010, Levies on Contract Payments • AFFARS 5352.201-9101, Ombudsman To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil. Vendors must be registered in Central Contractor Registration before award can be made. Evaluations will be made on a lowest price technically acceptable basis. All responses must be received no later than 10:00 A.M., Central Standard Time on 15 August 2012. The proposal is at the discretion of the offeror. Send all packages via email to Carena Green at carena.green@eglin.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/F1T0AW2191A901/listing.html)
- Place of Performance
- Address: Eglin AFB, Florida, 32536, United States
- Zip Code: 32536
- Zip Code: 32536
- Record
- SN02820883-W 20120802/120731235239-e872534adc8897d871ebf7153e2c1796 (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 |