Federal Bid

Last Updated on 02 Sep 2017 at 8 AM
Combined Synopsis/Solicitation
Patuxent river Maryland

Combined Synopsis/Solicitation for Coax Couplers, Coax Directional Couplers, and Coax Variable Attenuator

Solicitation ID 1300632504REV1
Posted Date 03 Aug 2017 at 8 PM
Archive Date 02 Sep 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Patuxent river Maryland United states 20670

*This announcement encompasses two (2) previous announcements related to this effort:  N00421-17-Q-0092 & 1300632504.*   

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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.

Naval Air Warfare Center - Aircraft Division (NAWC-AD) is requesting for quotation (RFQ) for the procurement of Calibration Standards (CALSTDs) ancillary equipment.  The equipment supports Aviation Fleet Intermediation Calibration Activities, Fleet Training Activities, and Aviation Navy Calibration Laboratories (NCLs) to support Aviation Organizational and Intermediate level maintenance assets.  The incorporated document, provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005 - 95.

The associated North American Industrial Classification System (NAICS) code for this procurement is 334515, "Standards and Calibration Equipment for Electrical Measuring Manufacturing."  The Product Service Code (PSC) for this procurement is 5999.  This procurement is not a small business size standard and is considered full and open.   

Under this effort, the Contractor shall provide the following items:   

Line

Part Number

Description

Quantity

1

3000-40

Coax Directional Coupler

21

2

3000-30

Coax Directional Coupler

25

3

3002-10

Directional Coupler

10

4

3002-30

Directional Coupler

25

5

792FM

Coax Variable Attenuator

15

 

Description of Requirements:

•-         The 3000-40 Coax Directional Coupler (1) frequency range 225-460 MHz.  (2) 40db coupler.  These units are required to replace broken units.  Specifically these units will be used as calibration standards in Four (4) NAVAIR Instrument Calibration Procedures (ICP's) to calibrate RF wattmeter, power and RF communication test sets.

•-         The 3000-30 Coax Directional Couplers (1) frequency range 225-460 MHz. (2) 30db directivity.  These units are required to fill vacant standards capability requirements for supporting the F-18 and AV8B Aircraft. Specifically these units will be used as calibration standards in Seven (7) NAVAIR Instrument Calibration Procedures (ICP's) to calibrate RF wattmeter, digital data simulators, power sensors, thermoelectric power heads and standing.

•-         The 3002-10 Direction Coupler (1) frequency range 1.0 to 2.0 GHz. (2) 10db coupler.  These units are required to replace broken units and will be used as calibration standards in 19 NAVAIR Instrument Calibration Procedures (ICP's) to calibrate RF wattmeter, power, and RF communication test sets.

•-         The 3002-30 Directional Coupler (1) frequency range 1.0 to 2.0 GHz. (2) 30db coupler.  These units are required to replace broken units and will be used as calibration standards in six (6) NAVAIR Instrument Calibration Procedures (ICP's) to calibrate RF wattmeter, power, and RF communication test sets. 

•-         The 792FM Variable Coax Attenuators:  (1) frequency ranges 2-12.4 GHz. (2) coupler range 0-20 db.  They will be used to fill vacant standards capability requirements for supporting the AV-8B Aircraft TAMS, E-6A Aircraft TAMS, F-14 Aircraft TAMS and P-3 Aircraft TAMS.  Specifically these units will be used as calibration standards in Sixteen  (16) NAVAIR Instrument Calibration Procedures (ICP's) to calibrate LOG/LIN RF Power meters, Signal Generators, Power Meters, Coaxial Hybrid junctions, Thermo-electric Power heads, Peak Power Meters, Radar test sets, Voltage standing Wave Ratio coaxial instruments, Altimeter Test Bench sets and Radar Test sets.

 Vendor must provide the exact Brand Name (new condition) and versions of each item as outlined in the "Solicitation" (NO SUBSTITUTIONS ALLOWED). PRODUCT MUST BE TRADE AGREEMENT ACT (TAA) COMPLIANT (19 U.S.C. & 2501-2581).   Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted.  Award will be made to only one vendor.

Place of Delivery:  The items above must be delivered to the following address:  COMMANDER, Naval Aviation Depot, FRC East, Bldg. 4533, Code 6.2.2, MCAS, Cherry Point, NC 28533, Attn:  Christine Anderson.

Inspection/Acceptance:  Destination

Additionally, the following delivery scheduled should be adhered to as well:

•-         P/N 3000-40:  Qty. 1 to be delivered 4 weeks after award of contract, remaining Qty. 20 to be delivered 16 weeks after award of contract; last delivery shall be absolutely no later than 18 January 2018.

•-         P/N 3000-30:  Qty. 6 to be delivered 4 weeks after award of contract, remaining Qty. 19 to be delivered 16 weeks after award of contract; last delivery shall be absolutely no later than 18 January 2018.

•-         P/N 3002-10:  Qty. 10 to be delivered 4 weeks after award of contract; last delivery shall be absolutely no later than 18 January 2018.

•-         P/N 3002-30:  Qty. 18 to be delivered 4 weeks after award of contract, remaining Qty. 7 to be delivered 16 weeks after award of contract; last delivery shall be absolutely no later than 18 January 2018.

•-         P/N 792FM:  Qty. 15 to be delivered 14 weeks after award of contract; last delivery shall be absolutely no later than 18 January 2018.

Applicable FAR Provisions & Clauses:

•-         FAR Clause 52.203-6, Restrictions on Subcontractor Sales to the Government.

•-         FAR Clause 52.204-7, Systems for Award Management.

•-         FAR Clause 52.204-13, System for Award Management Maintenance. 

•-         FAR Provision 52.212-1, Instructions to Offerors - Commercial Items.

•-         FAR Provision 52.212-2, Evaluation - Commercial Items is hereby incorporated by reference. 

•-         Offeror must include a completed copy of provision FAR 52.212-3, Offeror Representations and Certifications - Commercials Items with its offer.

•-         FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items.

•-         FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition.  The following additional FAR clauses, cited in this clause, are applicable to this acquisition:

•o   52.222-3, Convict Labor.

•o   52.222-19, Child Labor - Cooperation with Authorities and Remedies.

•o   52.222-21, Prohibition of Segregated Facilities.

•o   52.222-26, Equal Opportunity.

•o   52.222-35, Equal Opportunity for Veterans.

•o   52.222-36, Equal Opportunity for Workers with Disabilities.

•o   52.222-37, Employment Reports on Veterans.

•o   52.222-40, Notification of Employee Rights Under the National Labor Relations Act.

•o   52.222-50, Combating Trafficking in Persons.

•o   52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving.

•o   52.225-1, Buy American - Supplies.

•o   52.225-13, Restrictions on Certain Foreign Purchases.

•-         FAR Clause 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration.

•-         FAR Clause 52.247-34, F.O.B. Destination, applies to this acquisition.           

•-         FAR Clause 52.252-2, Clauses Incorporated by Reference.

•-         DFARS Clause 252.211-7003, Item Unique Identification and Valuation.

•-         DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items.

•-         DFARS Clause 252.225-7000, Buy American Act - Balance of Payments Program Certificate.

•-         DFARS Clause 252.227-7015, Technical Data - Commercial Items.

•-         DFARS Clause 252.227-7037, Validation of Restrictive Markings on Technical Data.

•-         DFARS Clause 252.232-7003, Electronics Submission of Payment Requests and Receiving Reports.

•-         DFARS Clause 252.232-7006, Wide Area Workflow Payment Instructions.

•-         DFARS Clause 252.246-7000, Material Inspection and Receiving Report.

•-         NMCARS Clause 5252.201-9500, Technical Point of Contract (TPOC).

The Government will utilize lowest price technically acceptable as the source selection process.  The award will be made on the basis of the lowest evaluated price and made without discussions.  Interested parties may submit a capability statement.  Offerors must ensure that their firm is registered with the System for Award Management (SAM).  For further information, please refer to https://www.sam.gov.  The Government will consider written and/or electronic media responses to this announcement received no later than 16:00 on 18 August 2017 and can be submitted to:

Shawn Harbaugh
NAWC-AD Contracts 2.5.1.6.13
22473 Millstone Rd., Bldg. 505
Patuxent River, MD 20670
[email protected]

Bid Protests Not Available

Similar Past Bids

Patuxent river Maryland 28 Feb 2012 at 1 PM
Menlo park California 21 Mar 2019 at 12 AM
Hurlburt field Florida 24 Jul 2020 at 11 PM
Media Pennsylvania 06 Apr 2017 at 5 PM

Similar Opportunities

Colorado 31 Jul 2025 at 4 AM (estimated)
Colorado 31 Jul 2025 at 4 AM (estimated)
Oklahoma 10 Jul 2025 at 4 AM (estimated)
Oklahoma 10 Jul 2025 at 4 AM (estimated)
Roseburg Oregon 15 Jul 2025 at 9 PM