Combined Synopsis/Solicitation for Brand Name purchase for Quasonix Transmitters and Rack Mount Chassis/Enclosures, Edwards AFB, CA
This is a combined synopsis/solicitation for commercial services prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and an additional written solicitation will not be issued.
1. This solicitation number is – FA9302-21-Q-0035 and is hereby issued as a request for quotation.
2. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-05.
3. This acquisition is a Brand Name purchase and associated with North American Industry Classification System (NAICS) code is 334511. The applicable Business Size Standard is 1,250 employees.
4. Description of the Requirement:
Description:
The Air Force Test Center (AFTC) located at Edwards Air Force Base, CA is soliciting for the following:
1) Quasonix Telemetric Transmitter, Part # QSX-VQR2-1110-10-04-07BK-VP, Line Item Q1-1515-A, Quantity: 2 each
2) Quasonix Rack Mount Chassis/Enclosure, Part # QSX-4TX2U-EN, Line Item Q1-1515-B, Quantity: 2 each
Transmitters will be used in conjunction with a check out system currently being built to communicate with the current instrumentation system utilized/implemented on designated aircraft. These transmitters will serve as the wireless transport to relay system configuration to the instrumentation system in use. The rack mount chassis will serve as the controller for transmitters being installed for check out and system configuration management tool to communicate with the instrumentation system in use.
Requirements for the Quasonix Telemetry Transmitter are as follows:
- Variable Rate, auto-scaling of deviation and filter BW
- 1435.5 MHz to 1534.5 MHz
1750.0 MHz to 1855.0 MHz
2200.5 MHz to 2300.5 MHz
2300.5 MHz to 2394.5 MHz
4400.0 MHz to 4950.0 MHz
5091.0 MHz to 5150.0 MHz
Tuning in 0.5 MHz steps
- RS-422 clock and data interface, 120 ohms differential
- RS-232 serial control interface, 57,600 baud rate
- ARTM Tier 0 (PCM/FM), 0.05 - 14 Mbps
- ARTM Tier I (SOQPSK-TG), 0.1 - 28 Mbps
- ARTM Tier II (Multi-h CPM), 0.1 - 28 Mbps
- RF Output: 10 Watts (+40 dBm minimum)
- Pin Out Configuration
- Package: 2.0" x 3.0" x 1.15" = 6.90 inches3
- Primary Connector: Female MDM-15
- RF Output Connector: SMA Female
- Input Power: On Primary
- Browser-based GUI
Requirements for the rack mount chassis (enclosure) are as follows:
- 110 VAC power connection
- RJ-45 Ethernet connector
- isolated BNC connectors for clock
- isolated BNC connectors for data
- N connectors for RF output
- Web interface
- SSH command line
- RESTful API
5. a. Delivery lead time for Item 1) is 90 – 120 days ARO; and Item 2) is 30 days ARO
b. Delivery Location: Edwards Air Force Base, CA 93524.
c. Inspection/Acceptance Terms: Destination/Destination
d. FOB Destination
6. It is the Government’s intent to award without discussions. Therefore, each initial quote should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary.
NOTE: Only Quasonix Authorized Resellers will be considered for Award. Those Resellers must meet the requirements described in this synopsis are invited to submit in writing a complete quote. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis/solicitation. This is a request for quotes (RFQ).
7. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Addendum to this provision is as follows:
a. Offeror shall include with their offer, either product literature or a specification sheet that clearly identifies that the proposed item(s) comply with the minimum specifications referenced in Table 1 above.
b. Offeror shall provide the unit and total price for each CLIN in the table referenced in paragraph 4 above.
Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be awarded.
8. The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. In accordance with FAR 52.212-2(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. Award will be made using the lowest priced technically acceptable evaluation methodology. The following factors will be used to evaluate offers:
a. Technical capability of the item/service offered to meet the Government requirement; and
b. Price (evaluation of price shall be the sum of all line items, including options if applicable).
9. Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror
Representations and Certifications -- Commercial Items, with its offer.
10. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies
to this acquisition.
The provisions and clauses that apply are attached.
Offers are due at the Air Force Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA, 93524, no later than 30 Jun 2021, 2pm PST. All offers are to be sent via email to: [email protected] Phone: 661-277-2232
Late submissions will not be accepted.