SOLICITATION NOTICE
58 -- (QTY.44)TSE-AMP MB-50 AMPLIFIER
- Notice Date
- 6/17/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W15P7T-13-R-D009
- Response Due
- 7/5/2013
- Archive Date
- 8/16/2013
- Point of Contact
- Michael Siwek, (443) 861.5004
- E-Mail Address
-
ACC-APG - Aberdeen Division D
(michael.f.siwek.civ@mail.mil)
- Small Business Set-Aside
- N/A
- 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provision to clauses are those in effect through Federal Acquisition Circular FAC 2005-55, effective 2 February 2012. The word Government in this document refers to the United States Government, its authorized Agencies, Departments, Representatives, Personnel and Assigns Only. This solicitation is a Request for Proposal (RFP), Foreign Military Sales (FMS) case: H8-B-UAP, Country: Hungary The associated North American Industrial Classification Standard (NAICS) Code is 334220; the Federal Supply Classification (FSC) is 5895- Miscellaneous Communication Equipment. Basis for Award: The following factors will be used to evaluate offers in accordance with 52.212-2: 1) The Government will evaluate the technical proposal to ensure that it meets the Governments requirements and 2) The Government will also evaluate the price reasonableness of the proposal. The contract type will be Firm Fixed Price. Other Important information/Requirements: It is the responsibility of the Offeror to insure that their Offer is compliant with ALL provisions of the FAR and its supplements. The Government MAY but is not obligated to consider the offer of any Offeror that is non-compliant with any provision of the FAR and its supplements. Furthermore, the Government is NOT required to inform any offeror that their Offer is non-compliant with the FAR or any of its supplements. Failure of an Offer to comply with any provision of the FAR and its supplements can be deemed by the Government as insufficient and non-responsive to the solicitation. The parties hereto recognize that any technical data and computer software being purchased hereunder will be provided to a foreign government. The parties further recognize that the clauses in this contract dealing with rights in technical data, computer software and patent indemnity may be drafted in terms of rights flowing to the United States Government. Accordingly, the Offeror agrees to grant, and by incorporation of this clause in the contract document, does grant, that foreign government the same rights in technical data, computer software and patent indemnity as would be granted to the United States Government by operation of those clauses in the contract document dealing with rights in technical data, computer software and patent indemnity, except that no rights to computer software source code for the foreign government are provided in this contract. For purposes of contract administration, the parties agree that the clauses will be administered with the foreign government in such a manner as best approximates that set out with respect to the United States Government. Accelerated delivery at no additional cost to the Government is accepted and encouraged. Partial shipments are Not Authorized. Packaging requirements shall be in accordance with Standard Practice for Commercial Packaging (ISPM15) and (ASTM D 3951-98). Inspection and Acceptance shall be at SOURCE/ORIGIN for Hardware and DESTINATION for Services. Warranty A Two (2) year commercial warranty is required on all items. Requirements for No Cost Warranty. The contractor shall provide a warranty for this Foreign Military Sale (FMS) covering workmanship and materials for all items furnished in accordance with this contract or any modification thereof. If the warranty is a commercial warranty and states that the warranty in not in effect outside the continental United States, then the wording of the warranty shall be amended so that the warranty is extended to the final FMS customer. The warranty shall be for a minimum of two years or twenty-four months in duration at time of pick up for shipment. No Cost Warranty Manual. The contractor shall provide an operational manual and/or an insert to accompany the material, describing the actions to be taken by the user in order to exercise the warranty and obtain repaired/replaced equipment. This guidance shall be provided in both English (and the native language of the FMS customer if specified in the delivery order after negotiation). This warranty will run directly to the benefit of the FMS customer and will not be structured so as to require any actions/administration on the part of the U.S. Government. The contractor shall provide phone number(s) and/or address(es) for customer service representative nearest to the FMS customer location. The customer service representative shall be able to supply information to the FMS customer for the return of the defective equipment for repair or replacement. No Cost Warranty Procedures. At the exercising of this warranty by the FMS customer, the warranty clock shall be stopped. Upon notification of a failure by the FMS customer to the contractor, the warranty clock shall be stopped relative to the unit in question. The warranty clock will be restarted upon acceptance of the repaired/replaced unit by the FMS customer. Upon arrival at the contractors repair facility, both the contractor and Government representative will determine if failed item is covered under the warranty. The FMS customer shall be responsible for the established contractual cost for items tested and found to be a quote mark False Pull quote mark or quote mark No Evidence of Failure (NEOF) quote mark. The contractor shall meet a 30 day turn-around time for repair. This time shall be from the date of receipt by the contractor, to shipment from the contractor's facility. The contractor shall be responsible for transportation cost from the FMS customer to the contractor's facility and return to the FMS customer. No Cost Warranty Markings. Warranty markings shall be applied to unit, intermediate and shipping containers. The markings shall be in a conspicuous location to give notice that the item(s) are subject to warranty coverage. These markings shall indicate the time period or condition of the warranty (e.g., days/months, hours of operation, etc.). The warranty markings shall be applied by labeling, tagging, or printing and shall be prefaced by the words quote mark WARRANTY ITEM quote mark in letters approximately two times larger than the letters for the remainder of the required information. The U.S. Government reserves the unilateral right to make no award. Contractor shall provide, as part of its proposal package, a technical proposal that is sufficiently detailed to prove that the commercial product(s) it is offering meets all the salient characteristics in accordance with this solicitation. Contractor shall include adequate sales history for the product(s) it is offering. Contractor shall include a Small Business Subcontracting Plan along with its proposal. CLIN Description Quantity Delivery 0001: Amplifier 50 Watt44 (EA) 30 September 2013 TSE-AMP-MB50 Amplifier 50 Watt Ship To: Naval Weapon Systems Support (WSS) Code OMS N3463A 5450 CARLISLE PIKE BLDG 107 S END MECHANICSBURG, PA 17055-0788 0002: CDRL 1 (EA) 30 September 2013 Scientific and Technical Reports Application Management SALIENT CHARACTERISTICS: High Performance - 20-50 watts output depending on power source and 11db of receive gain across the entire 30-512 MHz range. Power Output - Operates on a single BA-x90 battery, dashboard power or any 12-30 volt DC power source. Optional dual-battery power cable provides 50 watts power output. Waveforms - Capable of SINCGARS, HaveQuick, HPW and DAMA (JITC Certified). Ruggedness - Integrated handles protect connectors and operator controls. Dual Antenna Ports - Easily toggles between LOS and SATCOM antennas. Nested BNC Connector - Attach a standard blade, long-whip or 'Thick UHF' antenna directly to the amplifier. Form Factor - Optimized to fit in the pocket of a typical rucksack. Also features: Easily handles large data transmissions User selectable Low Noise Amplifier Lightens operator load when compared to large radios vs. small radio/amplifier combo Designed for use with PRC-148 and PRC-152 or any multi-band radio capable of 30-512 MHz 50 watts out of the rucksack with dual-battery cable (optional) Advanced filtering minimizes SATCOM co-site Interference Blade and Long-Whip antennas available Small footprint shock mount available TRANSMIT LOS Mode Frequency range: 30-512MHz with automatic frequency detection Modulation format: AM/FM/MPSK 5 or 25 KHz bandwidth, SINCGARS FH RF power input: 2-20 CW/PEP Max. RF power input: 20 watts CW/PEP Harmonics: -60 dBc Transmit duty cycle: 4:1 RCV to TX SATCOM Mode Frequency range: 292-318 MHz With Automatic Frequency Detection Modulation format: FM/Multi-Phase 5 or 25 KHz bandwidth Co-site suppression: 30 dB Switching speed: DAMA compliant RF power input: 2-20 watts CW/PEP Max RF power input: 20 watts CW/PEP Harmonics: -60 dBc Transmit duty cycle: 4:1 RCV to TX RECEIVE LOS Mode Frequency range: 30-512 MHz Insertion loss: 1.5 dB Typical SATCOM Mode Frequency range: 242-268 MHz Noise figure: 3.5 dB Typical Receive gain: 10 dB Typical GENERAL Power Output: 5590 - 18 watts* / car cord - 24 watts* / 24-30 volts DC - 50 watts* Power Switch: Five position, 10-50 Watts in 2 dB increments, certified for updated MIL-STD-188-181C Mode Switch: User selectable between LOS, SATCOM, SATCOM w/LNA, and Frequency Hop modes Power source: 12-30 VDC Power consumption TX: 4.3 A max - BA5590 / 5.1 A max - cigarette cable / 5.7 A max - 28 VDC cable Power consumption RCV: SAT 175 mA, LOS 100 mA Radio connector: Nested BNC female (same configuration as found on PRC-112, PRC-117F, PSC-5 series) SATCOM antenna: Type N female LOS connector: Nested BNC female (PSC-5 Style) Input / output VSWR: 1.5:1 Typical VSWR mismatch: High VSWR Indicator, No damage due to mismatch High temperature: Power fold-back protection and indicator DC off RF bypass: Routes RF input to LOS Port Operating temperature: -20 C to +60 C Cooling: Natural Convection Dimensions: 5 quote mark W x 2.5 quote mark H x 8 quote mark D Weight: 4 LBs * Note: RF output figures are average across the 30-512 MHz frequency spectrum. Power output may exceed 50 watts or drop to 18 watts, depending on DC input power and actual frequency. Accessories: TSE-AMP-25-5590: BA5590 Power Cable (12 VDC) TSE-AMP-25-FL: Flying Lead Cable TSE-AMP-25-CIG: Dashboard Power Cable TSE-AMP-ANT: Antenna Cable Manual Warranty PROVISIONS AND CLAUSES applicable to this acquisition are as follows: FAR 52.204-4 Printed or Copied Double-Sided on Recycles Paper FAR 52.209-7 Information Regarding Responsibility Matters FAR 52.212-1 Instructions to Offerors -Commercial Items FAR.52.212-2 Evaluation - Commercial Items FAR 52.212-3 Offeror Representations and Certifications 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, for Paragraph (b) the following clauses apply: FAR 52.203-6 ALT1 Restrictions on Subcontractor Sales to the Government; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-28 Post Award Small Business Program Representation (MAR 2009) FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of segregated facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports Veterans; FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; FAR 52.223-18- Encouraging contractor Policies to Ban Text Messaging While Driving; FAR 52.225.13- Restrictions on Certain Foreign Purchases FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-50 Combating Trafficking in Persons FAR 52.227-1 Authorization and Consent FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement FAR 52.227-6 Royalty Information FAR 52.227-9 Refund of Royalties FAR 52.233-2 Service of Protest FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.242-13 Bankruptcy FAR 52.246-2 Inspection of Supplies-Fixed-Price FAR 52.246-16 Responsibility for Supplies FAR 52.247-29 F.O.B. Origin FAR 52.249-8 Default (Fixed-Price Supply and Service) FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, for Paragraph (b) the following clause applies: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD officials; DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders; DFARS 252.225-7012 Preference for certain domestic commodities; DFARS 252.225-7027 Restriction on Contingent Fees for Foreign Military Sales; DFARS 252.225-7028 Exclusionary Policies and Practices of Foreign Governments; DFARS 252.227-7015 Technical Data- Commercial Items; DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data; DFARS 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense-Contract-Related Felonies; DFARS 252.203-7002 Requirement to inform employees of Whistleblower rights; DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7008 Requirements for Contracts Involving Export-Controlled Items DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.211-7003 Item Identification and Valuation DFARS 252-212-7000 Offeror Representations and Certifications - Commercial Items DFARS 252.225-7028 Exclusionary Policies and Practices of Foreign Governments DFARS 252.227-7027 Deferred ordering of technical data or computer software DFARS 252.227-7028 Technical Data or Computer Software previously delivered to the Government DFARS 252.227-7030 Technical Data-Withholding of Payment DFARS 252.232.7010 Levies on Contract Payments DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.243-7002 Request for Equitable Adjustments DFARS 252.247-7023 Transportation by Sea Full text of these provisions and clauses, with noted exceptions regarding local clauses, may be obtained by accessing the following internet website: http://www.acq.osd.mil/dpap/sitemap.html PROPOSAL SHALL INCLUDE: (1) Solicitation Number and date on cover page with numbered pages; (2) Original letter signed by an individual authorized to bind the organization (include Federal Tax Identification Number, Cage Code and DUNS); (3) Business Size, if Small Business list subcategory, if applicable; (4) schedule of offered items to include quantity, unit, unit price, total price and grand total columns; (5) Representation and Certifications compliant with FARS Clause 52.212-3; (6) Acknowledgement and agreement with amendments, if applicable. Offerors must have a current registration in the System For Award Management (SAM) prior to award. The Offeror may register in (SAM) at http://www.sam.gov. Requirements for Offerors Offeror shall have a current registration in the Wide Area Workflow (WAWF) prior to award. The Offeror may register in WAWF at https://wawf.eb.mil. SUBMISSION OF PROPOSAL: Proposals and any applicable attachments shall be submitted NLT 4:30 p.m. EST, June 7, 2013 to Contract Specialist, Michael Siwek by email at michael.f.siwek.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2575332c8607075546cab761cd21cc47)
- Place of Performance
- Address: ACC-APG - Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN03090999-W 20130619/130617234803-2575332c8607075546cab761cd21cc47 (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 |