(i) 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; quotes are being requested and a written solicitation will not be issued.
(ii) This solicitation, FA2517-09-T-6092, is being issued as a Request for Quotation (RFQ).
(iii) This document incorporates provisions and clauses through Federal Acquisition Circular.
(iv) This acquisition is procured as total small business set-a-side. A single award will be made as a result of evaluation of offers. The NAICS code for this requirement is 517410 and the size standard is $15 million.
(v) See attached document for listing of items, quantities and units of measure.
(vi) A description of requirements for satellite communications equipment to be purchased is Cross Technologies or equal. Salient Characteristics are:
Cross Technologies (or equal) 2115-59 Block Upconverter, 5.85 - 6.65 GHz
Input Characteristics (L-Band)
Impedance/Return Loss 50Ω / 14dB
Frequency 0.95 to 1.75 GHz
Noise Figure, Max. 15 dB max gain
Input Level range -40 to -20 dBm
Input 1 dB compression -10 dBm
Output Characteristics (RF)
Impedance/Return Loss 50Ω / 14dB
Frequency 5.85 to 6.65 GHz
Output Level Range -20 to 0 dBm
Output 1 dB compression +10 dBm
Channel Characteristics
Gain +20 dB ±1 dB
Image Rejection > 60 dB, min
Spurious, Inband SIGNAL RELATED<-60 dBC in band, 0 dBm out; SIGNAL INDEPENDENT,<-60 dBm
Spurious, Out of band <-50 dBm
Intermodulation <-55 dBC for two carriers each at -10 dBm out
Frequency Response ±1 dB, 5.85 - 6.65 GHz out; ± 0.5 dB, 40 MHz BW
Frequency Sense Non-inverting
LO Characteristics
LO Frequency 4.90 GHz
Frequency Accuracy ± 0.01 ppm max over temp internal reference; external reference input
10 MHz In/Out level 3 dBm ± 3 dB
Other
RF Connector Type-N (female), 50Ω
L-Band Connector BNC (female), 50Ω
10 MHz Connectors BNC (female), Works for 50Ω/75Ω
Size 19 inch standard chassis 1.75" high X 14.0" deep
Power 100-240 ±10% VAC, 47 - 63 Hz, 45 watts max.
Cross Technologies (or equal) 2115-114 Block Upconverter, 11.45 - 12.25 GHz
EQUIPMENT SPECIFICATIONS
Input Characteristics
Impedance/Return Loss 50ohm/14 dB
Frequency 0.95 to 1.75 GHz
Noise Figure, Max. 20 dB max gain
Input Level range -40 to -25 dBm
Input 1 dB compression -15 dBm
Output Characteristics
Impedance/Return Loss 50 ohm /14 dB
Frequency 11.45 to 12.25 GHz
Output Level Range -20 to -5 dBm
Output 1 dB compression +5 dBm
Channel Characteristics
Gain +20 ±1 dB
Image Rejection > 60 dB, min
Spurious, Inband SIGNAL RELATED<-60 dBC in band, -5 dBm out; SIGNAL INDEPENDENT,<-60 dBm
Spurious, Out of band <-50 dBm
Intermodulation <-50 dBC for two carriers each at -10 dBm out
Frequency Response ±1 dB, 11.45 - 12.25 GHz out; ± 0.5 dB, 40 MHz BW
Frequency Sense Non-inverting
LO Characteristics
LO Frequency 10.5 GHz
Frequency Accuracy ± 0.01 ppm max over temp internal reference; ext. ref. input
Other
RF Connector SMA (female), 50ohm
L-Band Connector BNC (female), 50ohm
10 MHz connectors BNC (female), 75ohm connector; Works for 50ohm or 75ohm
Size 19 inch standard chassis 1.75" high X 14.0" deep
Power 100-240 ±10% VAC, 47 - 63 Hz, 25 watts max
Cross Technologies (or equal) 2115-125 Block Upconverter, 12.2 - 12.75 GHz
Input Characteristics
Impedance/Return Loss 50ohm/14 dB
Frequency 0.95 to 1.5 GHz
Noise Figure, Max. 20 dB max gain
Input Level range -40 to -25 dBm
Input 1 dB compression -15 dBm
Output Characteristics
Impedance/Return Loss 50 ohm /14 dB
Frequency 12.2 to 12.75 GHz
Output Level Range -20 to -5 dBm
Output 1 dB compression +5 dBm
Channel Characteristics
Gain +20 ±1 dB, (+20 to +5 dB continuously variable with Variable Attenuator Option)
Image Rejection > 60 dB, min
Spurious, Inband SIGNAL RELATED<-60 dBC in band, -5 dBm out; SIGNAL INDEPENDENT,<-60 dBm
Spurious, Out of band <-50 dBm
Intermodulation <-50 dBC for two carriers each at -10 dBm out
Frequency Response ±1 dB, 12.2 - 12.75 GHz out; ± 0.5 dB, 40 MHz BW
Frequency Sense Non-inverting
LO Characteristics
LO Frequency 11.25 GHz
Frequency Accuracy ± 0.01 ppm max over temp internal reference; ext. ref. input
Other
RF Connector SMA (female), 50ohm
L-Band Connector BNC (female), 50ohm
10 MHz connectors BNC (female), 75ohm connector; Works for 50ohm or 75ohm
Size 19 inch standard chassis 1.75" high X 14.0" deep
Power 100-240 ±10% VAC, 47 - 63 Hz, 25 watts max.
(vii) The date of delivery is NLT 30 days from date of award to 575 Kincheloe Loop, Peterson AFB, CO 80914-1134.
(viii) Provision at 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition:
a. As part of your quote submission you are required to include price information. DUNS, Cage Code, tax ID, terms and conditions.
b. All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. Please provide quote expiration date and best delivery schedule.
c. All firms must provide a copy of standard warranty with quote submission.
(ix) FAR 52.212-2(a) Evaluation-Commercial Items, applies to this acquisition. Evaluation will be based on Lowest Price Technically Acceptable.
(x) The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (FEB 2009), is applicable to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal.
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2008) , applies to the acquisition.
(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items Alternate II (MAY 2009) (DEVIATION), applies to this acquisition:
a) FAR 52.222-3, Convict Labor (JUN 2003)
b) FAR 52.222-26, Equal Opportunity (MAR 2007)
c) FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)
d) FAR 52.222-50, Combating Trafficking in Persons, (FEB 2009)
e) FAR 52.233-3, Protest after Award (AUG 1996)
f) FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)
g) FAR 52.222-21, Prohibition of Segregated Facility (FEB 1999)
h) FAR 52.222-22, Previous contracts and Compliance Reports (FEB 1999)
i) FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)
(xiii) The following additional requirements or terms or conditions apply to this acquisition:
a. DFARs clauses apply to this acquisition:
1) DFARS 252.204-7004 Alternate A, Central Contractor Registration (SEP 2007)
2) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement statues or Executive Orders applicalble to Defense acquisitions of commercial items (JAN 2009)
3) DFARS 252.225-7035, Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate (JAN 2009)
4) DFARS 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate (JAN 2009)
b. Unique provision and clauses and apply to this acquisition:
1) AFFARS 5352.201-9101, Ombudsman (AUG 2005):
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, A7K, 150 Vandenberg St, Ste 1105, Peterson AFB, Co 80914-4350, 719-554-5250, fax 719-554-5299, [email protected]. Concerns, issues, disagreements,and recommendations that cannot be resolved at the MAJCOM/DRU level,may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS)(Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
2) FAR 52.211-6 Brand Name or Equal (AUG 1999)
(xv) Submit quotes are to be received no later than 4:00pm MST, 24 June 2009 at email address: [email protected] or via fax (719) 556-7538.
(xvi) Contact Joan A. Johnson at (719) 556-7538 for questions regarding this solicitation.