SOLICITATION NOTICE
99 -- 13 Meter Antenna L and S Band Antenna Transmitting High Power Amplifier - Package #1
- Notice Date
- 8/29/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC2 - 11th floor /OFA61, 1325 East West Highway, 11th Floor, Silver Spring, Maryland, 20910, United States
- ZIP Code
- 20910
- Solicitation Number
- NEEK3000-12-01915
- Archive Date
- 9/22/2012
- Point of Contact
- Jay S Parsick, Phone: 301-628-1409, Thomas F Fout, Phone: 301-628-1410
- E-Mail Address
-
jay.parsick@noaa.gov, thomas.f.fout@noaa.gov
(jay.parsick@noaa.gov, thomas.f.fout@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Antenna System Specifications 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. The solicitation number is NEEK3000-12-01915, and the solicitation is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-60. This solicitation is a small business set-aside. The associated NAICS code is 334220, and the small business size standard is 750 employees. Contract Line Item Number (CLIN) 0001: Quantity of 6 units: 300 Watt L and S Band Standard Frequency 19 inch Rack Mount Redundancy Solid State Power Amplifier (SSPA) in accordance with the attached specification and each unit with the following components: Sub-Band: 1.75 - 1.85, 2.02 - 2.12 GHz, No BUC, with 1:1 System with automatic fail over, input Splitter, Internal Redundancy Control Includes: 2 each Solid State Power Amplifiers, 1 each Waveguide Switch Assembly, coaxial Splitter and Waveguide. Sections: 1 each Local Bus Cable, Switch Cable and Waveguide assembly, 1 each O&M Manuals and Standard Test Data, 1 Each Set of Gaskets. CLIN 1001 Optional: Quantity of 4 units of 300 Watt L and S Band Standard Frequency 19 inch Rack Mount Redundancy Solid State Power Amplifier (SSPA) in accordance with the attached specification and each unit with the following components: Sub-Band: 1.75 - 1.85, 2.02 - 2.12 GHz, No BUC, with 1:1 System with automatic fail over, input Splitter, Internal Redundancy Control Includes: Rack Mount, Rear Mounted Waveguide Switching, Reflected Power Monitor, Includes: 2 each Solid State Power Amplifiers, 1 each Waveguide Switch Assembly, coaxial splitter and Waveguide, Sections: 1 each Local Bus Cable, Switch Cable and Waveguide Assembly, 1 each O&M Manuals and Standard Test Data, 1 each Set of Gaskets. This Option may be exercised by written notice from the Contracting Officer to the Contractor within 180 days after Contract Award. All equipment Requested in CLIN: 0001 and accompanying documentation shall be delivered F.O.B Destination within 180 calendar days after contract award to the attention of Kirk Liang. Quantity 2 HPA's shall be delivered at the NOAA/ Wallops Command and Data Acquisition Station (CDAS), 35663 Chincoteague Road, Wallops, Virginia 23337, and a Quantity 4 HPA's shall be delivered at the NOAA/ Fairbanks Command and Data Acquisition Station (CDAS), 1300 Eisele Road, Fairbanks, Alaska, 99712. All equipment Requested in CLIN: 1001 and accompanying documentation shall be delivered F.O.B Destination within 180 calendar days after exercising of contract Option CLIN: 1001 to the attention of Kirk Liang. Quantity 1 HPA shall be delivered at the NOAA/ Wallops Command and Data Acquisition Station (CDAS), 35663 Chincoteague Road, Wallops, Virginia 23337, and a Quantity of 3 HPA's shall be delivered at the NOAA/ Fairbanks Command and Data Acquisition Station (CDAS), 1300 Eisele Road, Fairbanks, Alaska, 99712. FAR Provision 52.212-1 applies to this acquisition, and there is one addendum to this provision. Specifically, this addendum is as follows: With respect to Paragraph (b)(4) of FAR 52.212-1, the offeror shall (i) provide a technical description of the end items being proposed to satisfy the specification requirements, (ii) address compliance with each specification requirement and provide supporting technical documentation and (iii) identify whether the end items that the offeror is proposing are manufactured or produced by small business concerns in the United States or its outlying areas. FAR Provision 52.212-2 does not apply to this acquisition. Any contract awarded as a result of this RFP will be to the lowest-priced technically acceptable proposal from a responsible small business concern furnishing end items manufactured or produced by small business concerns in the United States or its outlying areas. In order for a proposal to be technically acceptable, the Government must determine that both CLIN 0001 and Option CLIN 1001 are technically acceptable in accordance with the terms of this RFP and the offeror has acceptable past performance. The offeror shall include a completed copy of FAR Provision 52.212-3 in its proposal. FAR Clause 52.212-4 applies to this acquisition, and there are no addenda to this clause. FAR Clause 52.212-5 applies to this acquisition, and the following additional FAR clauses cited in Paragraph (b) of FAR Clause 52.212-5 are applicable to this acquisition: FAR 52.203-6; FAR 52.204-10; FAR 52.209-6: FAR 52.209-10; FAR 52.219-6; FAR 52.219-8; FAR 52.219-14; FAR 52.219-28; FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.222-40; FAR 52.223-18; FAR 52.225-1; FAR 52.225-13; and FAR 52.232-33. The following additional terms and conditions apply to this acquisition: Commerce Acquisition Regulation (CAR) Clauses: CAR: 1352.201-70 entitled 'Contracting Officer's Authority,' CAR: 1352.201-72 entitled 'Contracting Officer's Representative,' CAR: 1352.209-73 entitled 'Compliance with the Laws,' and CAR: 1352.209-74 entitled 'Organizational Conflict of Interest.' The full text of these CAR clauses may be obtained at http://farsite.hill.af.mil/VFCARA.HTM or by contacting Jay Parsick (e-mail address and phone number identified below). The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. Proposals shall be submitted to the attention of Jay Parsick, by e-mail to Jay.Parsick@noaa.gov or by fax (301) 713-4155. Quotes are due by 11:30 am Eastern Daylight Time on September 7, 2012. The name and telephone number of the individual to contact for information regarding this solicitation are Jay Parsick and (301) 628-1409.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NEEK3000-12-01915/listing.html)
- Place of Performance
- Address: 1300 Eisele Road, Fairbanks, Alaska, 99712, United States
- Zip Code: 99712
- Zip Code: 99712
- Record
- SN02861353-W 20120831/120830001226-1383d4e74f47e0b46429e1632723b148 (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 |