Federal Bid

Last Updated on 09 Jul 2009 at 8 AM
Combined Synopsis/Solicitation
New york New york

Demodulator/Decoder

Solicitation ID FA8751-09-Q-0312
Posted Date 10 Jun 2009 at 6 PM
Archive Date 09 Jul 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location New york New york United states

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-09-Q-0312 is issued as a Request for Quote (RFQ).
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 14 May 2009 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20090115. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein.
This procurement is being issued as a total small business set-aside under NAICS code 334419 and small business size standard 500 employees.

The contractor shall provide the following items on a firm fixed price basis:

Item 1: PCM Demodulator/Decoder
Manufacturer P/N: DRS Signal Solutions, Inc. SI-9485 or equal
Description: Single-slot half-length PCI card, Operates in PC server, Linux OS, 160 MHz IF input, 48 MHz, signal bandwidth, 10 MHz external reference input, 1.2 kbaud to 40 Mbaud symbol rates, Demodulates FSK, MSK, GMSK, ASK, QAM, PSK, DBPSK, Pi/4 DQPSK, PPM, User-configurable decoder, Viterbi & Reed Solomon decoders, Deframer, Deinterleaver and derandomizer, Outputs 40 Mbits/second on PCI bus for, processing/recording, Supports dynamic environment, Field-upgradeable with new algorithms, 256-tap (baud rate dependent) feed forward and decision feedback equalizers, Automatic and manual fine tuning and gain control, and Programmable constellation map
Quantity: 2

Item 2: PCI GS Card
Manufacturer P/N: DRS Signal Solutions, Inc. SI-9485/EDT-1 or equal
Description: Standard PCI GS Card
Quantity: 2
Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.
The estimated delivery date is 30 days After Receipt of Order (ARO). The place of delivery, acceptance and FOB destination point is F4HBL1/Transportation Depot 2, 148 Electronic Parkway, Rome, NY 13441.

The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:

(b) Written quotes are due at or before 3 PM (ET) 24 JUN 2009. Submit to: AFRL/RIKO, Attn: Elizabeth Tallman, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to:
315-330-8301 or by email to [email protected]. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items.

(b)(4) Submit a technical description of the items being offered.

(b)(10) Past performance information is not required.

(b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation.

(k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within four (4) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror.

The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following evaluation factors shall be used to evaluate offers: PRICE and TECHNICAL CAPABILITY. Both factors are of equal importance.
The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Offerors are required to complete only paragraph (b) of this provision and submit it with their quote.
The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.

The clause at 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 the clause are applicable to this acquisition:

52.219-6, Notice of Total Small Business Aside
52.219-28, Post Award Small Business Program Representation (15 U.S.C. 632(a)(2)).
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
52.222-36, Affirmative Action for Workers with Disabilities
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration

The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition:

252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.225-7001, Buy American Act and Balance of Payments Program
252.227-7015, Technical Data--Commercial Items
252.227-7037, Validation of Restrictive Markings on Technical Data
252.232-7003, Electronic Submission of Payment Requests
252.247-7023 Transportation of Supplies by Sea Alternate III
252.247-7024, Notification of Transportation of Supplies by Sea
The following additional DFARS provisions and clauses also apply:
52.211-6, Brand Name or Equal
252.211-7003, Item Identification and Valuation
252.225-7000, Buy American Act--Balance of Payments Program Certificate
252.232-7010, Levies on Contract Payments
5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754.
Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause.

Bid Protests Not Available

Similar Past Bids

Force Pennsylvania 19 Aug 2017 at 12 PM
New york New york 23 Aug 2005 at 5 AM
Florida 20 May 2009 at 10 PM
Location Unknown 31 Jul 2008 at 6 PM
Location Unknown 20 Oct 2014 at 8 PM

Similar Opportunities

New york New york 08 Jul 2025 at 11 AM
Gulfport Mississippi 16 Jul 2025 at 4 PM
Tinker air force base Oklahoma 17 Jul 2025 at 4 AM
Tinker air force base Oklahoma 17 Jul 2025 at 4 AM