Federal Bid

Last Updated on 20 Apr 2012 at 8 AM
Combined Synopsis/Solicitation
Force Pennsylvania

66 - HANDHELD GPS SYNC IRIG B TIME CODE GENERATOR

Solicitation ID F1S0AF2033B003
Posted Date 22 Mar 2012 at 9 PM
Archive Date 20 Apr 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Air Force Test Center (Aftc) - Edwards
Agency Department Of Defense
Location Force Pennsylvania United states
The Solicitation number is F1S0AF2033B003. This is a combined synopsis/solicitation for commercial items prepared lAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)2005-57 and DFARs Change Notice (DCN) 2012-03-12. NAICS is 334220 and the size standard, as defined by the U.S. Small Business Administration, is 750 employees.

AFFTC/PKEE, Edwards Air Force Base, CA is seeking to purchase the following:

Handheld GPS Sync Time Code Generator - QTY 3 Each

Purpose: Provides time code synchronization for airborne equipment obtained from GPS satellites in IRIG B standard. Verification of universal time code during flight tests.

This unit must not exceed the following dimensions: 8 inches long, 4 inches wide and 3 inches high.

Minimum Salient Characteristics:

Timing Accuracy
When Locked to GPS: 1 x 10-9 @ 1 second
1 x 10-10 @ 100 second
3 x 10-12 @ 1 day
(Dynamic mode set to ‘Fixed')

When not locked to GPS <2.5 x 10-6 without discipline
<0.3 x 10-6; <30 ms per day
(after 24 hours of GPS locked disciplining).
.
IRIG B Output Standard IRIG B serial time code IAW OSG IRIG Standard 200-98
(synchronized with time code generator). Output level range is 0 to
5V peak to peak unloaded. Factory set to 3V peak to peak

GPS Performance

Channels: 12 Parallel channels, tracks all satellites in view.

Time-to-first-fix: <15 seconds typical (warm start), <90 seconds typical (cold
start).

UTC Time Mark: Synchronized with Global Reference Standard.

Reacquisition: 2 seconds typical.

Dynamics Mode: Five settings: Fixed, Walking, Land Vehicle, Marine, Airborne.
Timing accuracy varies from <25nsec (Fixed) to <100nsec
(Airborne)

Datum: WGS 84

GPS Antenna Active Patch Antenna, 5 VDC. Gain: 26 db 2 db. Noise figure: 1.5
db Max.

Serial Interface EIA RS-232C, Asynchronous, 19200 baud, 8 data bits, 1 start bit, 1
stop bit, no parity, no flow control.

Temperature
Operating: 0C to +55C
Non-operating: -20 to +70

Humidity 95% non-condensing

Package Hand held configuration, aluminum enclosure not to exceed, 8 inches long, 4
inches wide and 3 inches high.

Battery Powered

Delivery is 8 Weeks ARO.

FOB - Destination
Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB destination Edwards AFB CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA, 93524, not later than 4/05/2012 at 4:00pm PST. Faxed Transmission is acceptable, but Email Transmission is preferred.

This will be a lowest price technically acceptable purchase.

CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION AND DFARS 252.204-7004, ALTERNATE A. INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil/. TO REGISTER WITH THE CCR, GO TO URL: http://www.ccr.gov/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1
JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL:
http://www.ccr.gov/

The following provisions are applicable to this solicitation and can be viewed through Internet access at the FAR Site, http://farsite.hill.af.mil/:

52-211-6 - Brand Name or Equal
52.212-1 - Instructions to the Offerors- Commercial Items
52.212-3- Offeror Representations and Certifications- Commercial Items
52.252-1- Solicitation Provisions Incorporated by Reference
252.212-7001 -Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items

The following clauses are applicable to the resulting contract:

52.212-04- Addendum to contract terms and conditions - Commercial Items
52.212-05- Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items
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 Veterans
52.222-36 - Affirmative Action for Workers with Disabilities
52.222-37 - Employment Reports on Veterans
52.222-50 - Combating Trafficking in Persons
52.225-1 - Buy American Act-Supplies
52.225-13 - Restrictions on Certain Foreign Purchases
52.225-18- Place of Manufacture
52.232-33- Payment by Electronic Funds Transfer--Central Contractor Registration
52.233-3 - Protest After Award
52.233-4 - Applicable Law for Breach of Contract Claim
252.203-7000- Requirements Relating to Compensation of Former DoD Officials
252.203-7002 - Requirement to inform employees of Whistleblower Rights
252.204-7008- Export-Controlled Items
252.212-7001- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
252.225-7001 -Buy American Act and Balance of Payments Program
252.232-7003- Electronic Submission of Payment Requests and Receiving Reports
252.232-7010- Levies on Contract Payments
252.247-7023- Transportation of Supplies by Sea
252.247-7023- Transportation of Supplies by Sea, ALTERNATE III
5352.201-9101 -Ombudsman
5352.223-9000 - Elimination of use of Class I Ozone Depleting Substances

All interested parties must complete certification for DFAR Deviation 2012-00004 (252.209-7999) - Attached

Bid Protests Not Available

Similar Past Bids

Edwards California 27 Mar 2014 at 9 PM
Patuxent river Maryland 24 Mar 2015 at 2 PM
Wolfe West virginia 13 Aug 2015 at 8 PM
Patuxent river Maryland 07 May 2015 at 2 PM