Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2017 FBO #5767
SOLICITATION NOTICE

60 -- EPIC RF to Fiber Project-Emcore products

Notice Date
9/5/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-17-Q-B212
 
Archive Date
9/27/2017
 
Point of Contact
Antonino E. Lyons, Phone: 3214947092, Tricia Hatcher, Phone: (321) 494-3668
 
E-Mail Address
antonino.lyons@us.af.mil, tricia.hatcher@us.af.mil
(antonino.lyons@us.af.mil, tricia.hatcher@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation 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 FA2521-17-Q-B212 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95; Effective 19 Jan 2017. This is a set-aside for small business. The North American Industry Classification System (NAICS) code for this project is 334413 with a size standard of 1,250 employees. The requirement is for fiber optic converters, transmitters/receivers, and mounting chassis produced by Emcore. This equipment will increase the range's ability to support multiple operations by increasing telemetry reception. The bid schedule and contract CLIN schedule are below: Item Description Qty Unit Price Total Amount 0001 OPV-CTLR-IC NMS SNMP Controller card 1 EA 0002 OTS-1LT1/S5-1306-SA-IC Tx, 50 - 3000 MHz, SMA 50 ohm, DFB 1310nm, 6 dBm,SC/APC, 4 EA 0003 OTS-1LR/S5-SA-IC Rx, 50 - 3000 MHz, SMA 50 ohm, 1310/1550nm,SC/APC, 4 EA 0004 OT-CC-16F-002 Chassis, Optiva, 3RU, 16 slot, front access 2 EA 0005 PS-200F-NA Optiva, Power supply, Primary, 4 EA 0006 OTS-RSU-4T-S5 RSU, 1 x 4 Optiva, 10 -3000 MHz redundancy, 1 EA 0007 OT-DTCR-2 Chassis, Optiva, 2 slot, desktop, & universal 110/220 Power Supply 4 EA Salient Characteristics: a. OPV-CTLR-IC NMS SNMP: Features: - 10/100 Ethernet Monitoring Interface - Auto Detection of Signals - Optical Bandwidth Analysis System Diagnostics - Alert Log - SNMP 1.0 Compatible - Manageable by any SNMP GUI - All User MIB's -Compatible with any Optiva Enclosure b. OTS-1LT1/S5-1306-SA-IC: Applications: - Satellite Antenna Signal Transport - DBS Antenna Signal Distribution - Inter-Facility Signal Transport Features: - 50 MHz to 3 GHz Optimize for IF, L- and S-Band Satellite Signals - Supports 30 km Links and 1310 nm - 30 dB Tx and Rx Adjustable Gain Range - Peak Optimizer for Quick and Easy Setup - SmartGain for Enhanced AGC Performance - 50 & 75 Ohm BNC or 50 Ohm SMA - Tx RF Power Monitors via LED, SMA & SNMP - Built-in LNB Power with Selectable 13/18 V and 22 KHz - SNMP Monitoring and Control - Optically-Isolated Un-Cooled DFB Lasers Enable High-Dynamic-Range Links - Fits in Optiva Enclosures, Which Support Daisy Chain Video, Audio, and Data Links -16, 6, 2, & 1 Slot Enclosures Available - CE & CSA Certified, RoHS Compliant c. OTS-1LR/S5-SA-IC: Applications: - Satellite Antenna Signal Transport - DBS Antenna Signal Distribution - Inter-Facility Signal Transport Features: - 50 MHz to 3 GHz Optimized for IF, L- and S-Band Satellite Signals - Supports 30 km Links and 1310 nm - 30 dB Tx and Rx Adjustable Gain Range - Peak Optimizer for Quick and Easy Setup - SmartGain for Enhanced AGC Performance - 50 & 75 Ohm BNC or 50 Ohm SMA - Rx RF Power Monitors via LED, SMA & SNMP - Built-in LNB Power with Selectable 13/18 V and 22 KHz - SNMP Monitoring and Control - Optically-Isolated Un-Cooled DFB Lasers Enable High-Dynamic-Range Links - Fits in Optiva Enclosures, Which Support Daisy Chain Video, Audio, and Data Links -16, 6, 2, & 1 Slot Enclosures Available - CE & CSA Certified, RoHS Compliant d. OT-CC-16F-002: Features: - High Capacity, 3u, 16 Slot Chassis Provides Optimal Space Utilization and Density - Hot Swappable Redundant Power Supplies Ensure Increased Reliability - EMI/EMC and Safety Standards Conform to CSA and CSE Standards - Global Alarm LED on Front Panel - Flexible Mounting Options: Short Mounting Ears, Rear; Short Mounting Ears, Front; Long Mounting Ears, Rear - Unique Daisy-Chaining Design Better Utilizes Fiber Bandwidth - Flexible Chassis Design Accepts All Optiva Plugin Cards: Audio, Video, Data, RF and Microwave - Chassis to Card Grounding Protects Against Electrostatic Discharge During Insertion and Removal of Hot Swappable Insert Cards - Ruggedized Aluminum Chassis Resists Shock and Vibration e. PS-200F-NA: Features - 200 Watt, 90 - 264 VAC - Low Leakage Current - Wide Temperature Range - EMI/EMC and Safety Standards conform to CSA and CE Standards - Overload, Over Voltage & Over temperature Protection - Global Chassis Alarm LED - Alarm status available through SNMP - Load sharing - Enables power supply redundancy - Hot swappable f. OTS-RSU-4T-S5: Features - 10 MHz to 3 GHz Satellite Signals - 1x2, 1x4, 1x8 Switch Configurations - 50 & 75 Ohm BNC or 50 Ohm SMA - Dedicated Comm-Link for Rapid Switching Response - Automatic and Manual Redundancy Modes - Manual Position/Enable Select Button - Channel Status and Switch Position LED - SNMP Monitoring and Control - LNB Power Pass-Through - Fits in Optiva Enclosures Which Support Daisy Chain Video, Audio and Data Links - Hot Swap Redundant Power Supplies Virtually Eliminate Downtime - 16, 6, 2, & 1 Slot Enclosures Available - CE & CSA Certified Device, RoHS Compliant g. OT-DTCR-2: Features - Simultaneous Transport of 10 MHz and L-Band Signals - Supports 10 km Links - 50 Ohm SMA - Tx & Rx RF Power Monitors via LED, SMA & SNMP - Receiver DC Output - SNMP Monitoring and Control - Optically-Isolated Uncooled DFB Lasers Enable High-Dynamic-Range Links - Fits in Optiva Enclosures, Which Support Daisy Chain Video, Audio, and Data Links -16, 6, & 2 Slot Enclosures Available - CE & CSA Certified, RoHS Compliant Shipping address: Leon Lattery, 45 SCS/SCP Building: 1704, room: 1138 14640 Hangar Rd Patrick AFB, FL 32925 *FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (Jan 17) applies to this acquisition and the following addendum applies: The following words stating "offer", "offeror", and "proposal" are replaced with "quotation", "vendor", and "quote". Paragraph (a) first sentence revised as follows: "The NAICS code and small business size standard for this acquisition appear above." Paragraph (c) first sentence revised as follows: "The offeror agrees to hold the prices in its offer firm until 1 Oct 17." RFQ due date: 12 Sep 17 RFQ due time: 3:00 P.M. EST Email to 45cons.lgcb.e-bids@us.af.mil or mail to: 45th Contracting Squadron Attn: FA2521-17-Q-B195 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 THIS MUST BE SENT TO 45 CONS E-BIDS AS STATED ABOVE, OR THE ADDRESS IF MAILING. ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NONRESPONSIVE. YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT. Note:.zip files are not an acceptable format for the Air Force Network and will not go through our email system. All questions regarding this solicitation must be email to 45cons.lgcb.e-bids@us.af.mil by 1:00 P.M. EST 6 Sep 17. Please provide the following information with your quote: Company Name:____________ DUNS Number: ____________ Cage Code: _______________ *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above Estimated Delivery Time: ____________ Payment Terms: _________________________ Warranty: ________________ FOB (Select): ____ Destination Shipping Cost included? ____ Yes _____ No All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. *52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 16) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) FAR Provision *52.212-2, Evaluation -- Commercial Items (Oct 14), applies to this acquisition and the following evaluation is applicable: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement based on the salient characteristics located below the "description" on page 1 of the RFQ. (ii) price (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.225-18 - Place of Manufacture. As prescribed in 25.1101(f), insert the following solicitation provision: Place of Manufacture (Mar 2015) (a) Definitions. As used in this clause- "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (End of provision) Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. Include descriptive literature such as illustrations and drawings. FAR Provision *52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 17), with its Alternate I (Oct 14), applies to this acquisition. All vendors must be registered in System For Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 17), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. Note: The vendor acknowledges that should the quote or proposal's terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV) (Jan 17), additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-16 Commercial and Government Entity Code Reporting (Jul 16) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 16) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 15) 52.219-6 Notice of Total Small Business Set-Aside (Nov 11) 52.219-28 Post Award Small Business Program Representation (Jul 13) 52.222-3 Convict Labor (June 03) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 16) 52.222-26 Equal Opportunity (Sep 16) 52.222-50 Combating Trafficking in Persons (May 15) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 11) 52.225-13 Restriction on Certain Foreign Purchases (Jun 08) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 13) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 13) 52.233-3 Protest After Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 13) DFARS Clauses: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11) 252.203-7005 252.204-7012 Requirements Relating to Compensation of Former DoD Officials (Nov 11) Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 16) 252.204-7015 252.223-7008 252.225-7000 Disclosure of Information to Litigation Support Contractors (May 16) Prohibition of Hexavalent Chromium (Jun 13) Buy American Statute-Balance of Payments Program Certificate (Nov 14) 252.225-7031 Secondary Arab Boycott Of Israel (Jun 05) 252.232-7003 252.232-7006 Electronic Submission of Payment Requests and Receiving Reports (Jun 12) Wide Area Workflow Payment Instructions (May 13) 252.232-7010 Levies on Contract Payments (Dec 06) 252.247-7022 Representation Of Extent Of Transportation Of Supplies By Sea (Aug 92) 252.247-7023 Transportation of Supplies by Sea (Apr 14) The following AFFARS clauses are applicable to this solicitation: 5352.201-9101 Ombudsman (Apr 14) with the following fill-in: AFICA/KS SCO 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. 5352.242-9000, Contractor Access to Air Force Installations (Nov 12) The full text of these clauses and (*)provisions may be assessed electronically at the website: http://farsite.hill.af.mil. NOTE: ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD BUT SHALL REMAIN PART OF THE CONTRACT FILE. Contracting
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-17-Q-B212/listing.html)
 
Place of Performance
Address: 14640 Hangar Road, Bldg 1704 room: 1138, PAFB, District of Columbia, 32925, United States
Zip Code: 32925
 
Record
SN04661996-W 20170907/170905232230-15d359457cdebb28495b4f669441dd96 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.