Federal Bid

Last Updated on 08 Oct 2014 at 9 AM
Combined Synopsis/Solicitation
New york New york

GaN Power Amplifier

Solicitation ID FA8751-14-Q-0441
Posted Date 09 Sep 2014 at 7 PM
Archive Date 08 Oct 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location New york New york United states
**Solicitation will be re-opened for and additonal 2 weeks**


This is a combined synopsis/solicitation 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 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 FA8751-14-Q-0441 is issued as a Request for Quotation (RFQ).


This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20140805. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein.

This procurement is being issued on an unrestricted basis under NAICS code 334515 and size standard of 500 employees.

The contractor shall provide the following items on a firm fixed price basis including the cost of shipping FOB Destination:

ITEM: GaN Power Amplifier Manufacturer's p/n AMP-12-41010
"or equal"

Specifications as Follows:
Frequency Range: 71 to 76 GHz
Gain: 28 dB typical
1dBCP: +31.3 dBm typical
PSAT: +33.8 dBm typical
Power Requirements: 14 to 18 V, 1.78 A typical
Waveguide: WR-12
Flange: MIL.F-3922/67B-009

QUANTITY: 1

 
ITEM: GaN Power Amplifier Manufacturer's p/n AMP-12-41010 "or equal"

Specifications as Follows:
Frequency Range: 81 to 86 GHz
Gain: 32 dB typical
1dBCP: +30.7 dBm typical
PSAT: +34.3 dBm typical
Power Requirements: 14 to 18 V, 1.93 A typical
Waveguide: WR-12
Flange: MIL.F-3922/67B-009


QUANTITY: 1

 

Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice
Total price must include shipping FOB Destination.

The required delivery date is 90 Days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination . The place of delivery, acceptance and FOB destination point is Rome, NY 13440

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 3PM, 9/23/2014. Submit to: AFRL/RIKO, Attn: Tabitha Haggart, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-3001 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)(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. A UID label is required on all items with a unit cost greater than or equal to $5,000.

(b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

(k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.

The provision at FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers:

(i) technical capability of the item offered to meet the Government requirement;
(ii) price;

All evaluation factors are of equal importance. Award will be made to the lowest priced, technically capable offeror.

Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items

For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 1)

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:

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-28, Post Award Small Business Program Re-representation
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
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment By Electronic Funds Transfer-System For Award

The following additional FAR and FAR Supplement provisions and clauses also apply:

52.211-6, Brand Name or Equal
52.247-34, FOB Destination
252.203-7000, Requirements Relating to Compensation of Former DoD Officials 
252.203-7005, Representation Relating to Compensation of Former DoD Officials
 252.204-7011, Alternative Line Item Structure
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
252.211-7003, Item Identification and Valuation
252.225-7031, Secondary Arab Boycott of Israel
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 and Receiving Reports
 252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies on Contract Payments
252.239-7017, Notice Of Supply Chain Risk
252.239-7018 Supply Chain Risk
252.244-7000, Subcontracts for Commercial Items
252.247-7023, Transportation of Supplies by Sea
252.247-7024, Notification of Transportation of Supplies by Sea


5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407, email: [email protected].


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.


The Defense Priorities and Allocations System (DPAS) rating DO-C9

All responsible organizations may submit a quote, which shall be considered.

 

Bid Protests Not Available

Similar Past Bids

Patuxent river Maryland 26 May 2016 at 3 PM
Wright patterson air force base Ohio 14 Aug 2012 at 7 PM
Stennis space center Mississippi 14 Dec 2022 at 5 PM
Washington District of columbia 25 Aug 2021 at 7 PM
Dahlgren Virginia 29 Aug 2013 at 4 PM

Similar Opportunities

Warren Michigan 25 Jul 2025 at 9 PM
Warren Michigan 25 Jul 2025 at 9 PM
Hill air force base Utah 19 Jul 2025 at 5 AM
New york New york 13 Nov 2025 at 8 PM
New york New york 13 Nov 2025 at 8 PM