Federal Bid

Last Updated on 02 Mar 2002 at 5 AM
Solicitation
Mcclellan California

58 -- Modulator System and Accessories

Solicitation ID MDA112-02-T-0016
Posted Date 06 Feb 2002 at 5 AM
Archive Date 02 Mar 2002 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office T-Asa Sacramento Contracting Office
Agency Department Of Defense
Location Mcclellan California United states 95652
This is a combined synopsis/Request for Proposals (RFP) for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation. Proposals are solicited with this notice. This proposal document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2001-3. The Television-Audio Support Activity proposes to procure the following items: Ten (10) each Modulator Chassis System with the following modules: one (1) each 12-port chassis, Drake model RMM12, one (1) each power supply, Drake model PSM-121 and twelve (12) each agile video modulators, Drake model VMM806AG, system power requirements: 120 to 240VAC, 50/60HZ (auto ranging). In addition, the following items are solicited: twelve (12) each Video Modulator; agile; vestigial sideband, heterodyne, CATV channels 2-125 or broadcast channels 2-69, selectable, utilizes BTSC stereo baseband or 4.5MHZ aural IF input, DC power input: plus 12 VDA at 189 MA, plus 5 VDC at 380 MA, Drake Model VMM806AG; six (6) each Power Supply, provides 5 and 12VDC to Drake Modules through 37-pin D connector, power input 100 to 240VAC, 50/60HZ auto ranging, comes with 6 foot IEC power cord, and 12VDC cooling fan, for use with Drake RMM-12 rack mountable chassis, Drake Model PSM-121; ten (10) each Passive RF Combiner, permits comgining of outputs of up to 16 audio/video modulator, channel processors, and other RF equipment onto one single coax cable for distribution of CATV, output can be combined to increase capacity, -20DB monitor output provided on front panel of combiner, rack mountable in one rack unit 1.75 inches by 19 inches, frequency range 5 to 600MHZ, insertion loss 19DB nominal, port-port isolation 30DB, maximum input 60DBMV each input, impedance 75 OHMS, return loss 16DB from 54-500MHZ, 12DB minimum from 550 to 600MHZ, Drake Model 1601PC. Proposals are requested priced for FOB Destination. The Destination point is Television Audio Support Activity, McClellan, CA 96562. All responsible sources may submit a proposal which shall be considered by the agency. Offeror?s proposing to provide other than the requested item shall include specification data sufficient to enable the Government to determine the capability of the offered item to meet the specifications stated above. Proposals in response to this notice may be submitted in writing, via facsimile or electronically. The facsimile number is (916) 643-4730 or 4032. Electronic address is: [email protected]. Proposals may be mailed, or delivered by courier (FedEx, UPS, etc.), to Television Audio Support Activity, Directorate of Contracting, Attn: T-ASA/DOC/SC (Susan Donbroski), 3230 Peacekeeper Way, Room 104, McClellan AFB, CA 95652. All responses to this notice must make reference to proposal number MDA112-02-T-0015. This acquisition is set aside for exclusive participation of small businesses. The NAICS Code for this acquisition is 334220, size standard 750 employees. To be eligible to receive an award resulting from this quotation, contractor must be registered with the Central Contractor Registration (CCR) database, NO EXCEPTIONS. In order to register, you may apply through the internet at http://www.ccr2000.com/, you must include your DUNS (Dun & Bradstreet) number in order to apply. Verification of CCR registration must accompany your proposal. The following clauses and provisions apply to this acquisition: FAR 52.252-1 and 52.252.2; FAR 52.212-1 Instructions to Offerors-Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items, FAR Clause 52.219-6, Notice of Total Small Business Set-Aside and 52-212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, with the following sub-clauses: 52.203-6, 52.219-8, 52.222-21, 52-222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.247-64; and DFAR Clauses 252.204-7004 and DFARS 252.212-7001, with the following sub-clauses: 252.205-7000, 252.225-7001, 252.243-7002, 252.247-7023, 252.247-7024. FAR Provision 52.212-2, Evaluation-Commercial Items, also applies, with the Government?s evaluation criteria as follows: ?The evaluation criteria for this solicitation will consist of technical capability of the offeror to meet the agency technical, price and past performance. Technical capability is more important than past performance and together they are approximately equal to price. Offerors shall include a completed copy of the provisions at FAR 52.212-3 and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, with their offer. In accordance with Provision 52.252-1, the text of all provisions or clauses referenced in this notice may be downloaded from one of the following Government web sites: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfars, or http://www.tasa.army.mil/dc/tlc.htm. Proposals must be submitted by 1:00 PM PDT, February 15, 2002. Failure to provide any of the documents requested in this notice may render your proposal unacceptable and ineligible for an award. Point of contact in this office is Susan Donbroski, (916)643-0290, or e-mail: [email protected].
Bid Protests Not Available

Similar Past Bids

California 26 Aug 2002 at 5 AM
Mcclellan California 13 Sep 2002 at 5 AM
Location Unknown 29 Mar 2011 at 4 PM
Andrews North carolina 14 Aug 2002 at 5 AM
Washington District of columbia 05 Feb 2002 at 5 AM

Similar Opportunities

Pennsylvania 13 Jul 2025 at 4 AM (estimated)
Pennsylvania 13 Jul 2025 at 4 AM (estimated)
Mcclellan California 29 Apr 2026 at 7 PM
Georgia 10 Jul 2025 at 6 PM
Mississippi 22 Jul 2025 at 7 PM