Federal Bid

Last Updated on 26 Jun 2019 at 2 AM
Combined Synopsis/Solicitation
Vandergrift Pennsylvania

ANTENNAS

Solicitation ID FA9200-08-M-0248
Posted Date 16 Jun 2008 at 8 PM
Archive Date 25 Jun 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Aflcmc/Pk - Eglin (Legacy)
Agency Department Of Defense
Location Vandergrift Pennsylvania United states

The Air Armament Center, Eglin AFB FL, intends to solicit and award a single firm-fixed price contract for GPS Antennas. This requirement is as follows:

CLIN 0001: 29 each P/N: 24x18x18A-1.5R-P-XN, Gain to about 13 to 14 dB, Power up to 500 Watts
Description: Directional GPS L1/L2 RHCP transmit antenna that can handle up to 500 Watts (input) with very minimal back/side lobes; must have between 12-15 dB gain with a beamwidth between 25-45 degrees. The back/side lobes need to be suppressed by approximately30 dB from the main lobe power and no nulls in the main lobe. A phased array is a plus. Must be easily portable and rugged to handle constant transportation, setup, and teardown. Must be designed to be easily mounted/setup using a tripod. An initial prototype must be built and provided to the government for testing within 30 days of award. Feedback on the electrical and physical characteristics will need to be incorporated into the final design. Delivery of final product and quantity will be 30 days from government approval of prototype.

CLIN 0002: 10 each P/N: 3G1215P-XN-1 Passive GPS OMNI Antenna
Description: Omni directional GPS L1/L2 RHCP transmit antenna that can handle up to 500 Watts (input). Gain at zenith should be approximately 3 dB and gain at the horizon should be approximately 0 dB. The antenna pattern should be smooth across all azimuths/elevations and not contain any nulls or spikes; must be rugged and easily portable to handle constant transportation, setup, and teardown; Must be designed to be easily mounted/setup using a tripod. An initial prototype must be built and provided to the Government for testing within 30 days after award. Feedback on the electrical and physical characteristics will need to be incorporated into the final design. Delivery of final product and quantity will be 30 days from Government approval of prototype.


These items must be delivered to: 746TH Test Group, 1644 Vandergrift Road, Holloman AFB NM 88330 no later than 120 days after receipt of order on an FOB Destination basis. The North American Industry Classification System (NAICS) for this acquisition is 334220- Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, small business size standard: 700 employees. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This solicitation is a request for competitive proposals/quotes. This acquisition is a small business set-aside. Please identify your business size in your response based upon this standard. Questions shall be submitted electronically to [email protected]. Numbered Note 1 applies.

Notice to Offerors: The Government reserves the right to cancel this solicitation, either before or after the closing date.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. The following clauses are incorporated by reference: FAR 52-212-1, Instructions to Offerors-Commercial Item and any addenda to the provisions; 52.212-2, Evaluation-Commercial Items; Technical Capability is more important than price; 52-212-3, Offeror Representations and Certifications-Commercial Items (Offerors must submit a complete copy with their offers); 52.212-4 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, incorporating the following:

52.204-7, Central Contractor Registration
52.211-6, Brand Name
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 Special Disable Veterans, Veterans for the Vietnam Era, and Other Eligible Veterans
52.222-36, Affirmative Action for Workers with Disabilities
52.222-37, Employment Reports on Special Disable Veterans, Veterans for the Vietnam Era, and Other Eligible Veterans
52.225-3, Buy American Act, Free Trade Agreements, Israeli Trade Act
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer, Central Contractor Registration
52.223-11, Ozone-Depleting Substances
52.232-18, Availability of Funds
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.247-34, F.O.B. Destination

52.252-2 Clauses Incorporated by Reference (FEB 98); This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil.

252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
252.204-7004 Alternate A
252.225-7001, Buy American Act and Balance of Payment Program
252.225-7036, Buy American Act; Free Trade Agreements; Balance of Payment Program
252.232-7003, Electronic Submission of Payment Report
252.247-7023, Transportation of Supplies by Sea, with Alt III
252.225-7002, Qualifying Country Sources as Subcontractors

All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. If you are not registered in the CCR Database, you may request an application at (888) 227-2423 or through the CCR website.
All offers are due no later than 1500 (Mountain Daylight Savings Time) 27 June 2008.
The quote is at the discretion of the offeror. Send all packages to 46th Test Group, AAC/PKET, Attn: Elesha Gentry, 872 DeZonia Road, (Bldg 1085) Holloman AFB NM 88330 or email to [email protected] (preferred method) or faxed to (575) 572-0393.

Point of Contact:

Elesha Gentry, Contract Specialist, Phone 575-572-1244, Fax 575-572-0393, email: [email protected] or Jeffrey Cox, Contracting Officer, Phone 850-882-0177, Email: [email protected].

Bid Protests Not Available

Similar Past Bids

Vandergrift Pennsylvania 16 Jun 2008 at 7 PM
Vandergrift Pennsylvania 26 Feb 2013 at 10 PM
Vandergrift Pennsylvania 06 Feb 2013 at 12 AM
Vandergrift Pennsylvania 17 Mar 2014 at 2 PM
Vandergrift Pennsylvania 29 Apr 2009 at 4 PM

Similar Opportunities

Tinker air force base Oklahoma 31 Dec 2025 at 5 AM (estimated)
Chester Pennsylvania 09 Jul 2025 at 3 PM
Rock island Illinois 09 Jul 2025 at 7 PM