Open Competition - Combined Synopsis/Solicitation - F1S0AF8214B001
This is a combined synopsis/solicitation for commercial items prepared IAW 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. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 and DFARs Change Notice (DCN) 20080812. NAICS is 334511 with a small business size standard of 750 employees.
This acquisition is a 100% small business set-aside.
Award will be made to the lowest priced, technically acceptable offer that meets the salient characteristics listed below as described in FAR clause 52.211-6 - Brand Name or Equal.
AFFTC/PKEA, Edwards Air Force Base, CA, 93524 is seeking to purchase Brand Name or Equal to commercial items manufactured and designed by RTD Embedded Technologies, Inc. as follows: IDAN-Cover-TP, 5 Ea; Carrier Board-JT309-IDAN-GPS6185HR-S, 6 Ea; Frame-JT301- IDAN-Frame-SH, 3 Ea; Power Relay Data Module-JT304- IDAN-DM6952HR-62S, 3 Ea; Quad Serial Peripheral Module-JT303- IDAN-CM310HRS, 3 Ea.; Controller Module- IDAN-CMC-1668GX300HR-128D(Includes 32MB disk-on-chip), 3 Ea; Quad Serial Peripheral Module-JT308, IDAN- 2 Ea.; Controller-IDAN-CMT6118HRS, 2 Ea.; Frame-JT310- IDAN-Frame SH, 10 Ea.; Custom Document Fee for JT310-, IDAN-Frame-SH, 1 Ea.; IDAN-Base-BF, 5 Ea.; CNC Machine Set-Up Fee (JT301, JT304, JT307, JT308, JT309), 5 Ea.; Shipping FOB Destination, Edwards AFB, CA, 1 lot.
Minimum Salient Characteristic: System Performance Specifications:
COVER (IDAN-COVER-TP)
Size: 152mm L x 130mm W x 9mm H
Weight: approx 0.20 kg
Operating Temperature: -40 degrees to +85 degrees C: 90% humidity non-condensing
Storage Temperature: -55 degrees to + 125 degrees C
Aluminum Alloy - 6061, Temper-T6, clear chromate
Modular rugged milled aluminum base
CARRIER BOARD (IDAN-GPS6185HRS)
Rugged milled aluminum frames, self-stacking
Peripheral module, wiring and connectors
Aluminum Alloy - 606, temper-T6, clear chromate
Front Panel SMA connector antenna, 9-pin utility connector, 9-pin serial communication
Rear Panel SMA connector oscillator, 25-pin digital I/O, 9-pin Novatel USB
Low power OEMV-2 receiver "all-in-view" parallel 72-channel,dual frequency, 36-channel single frequency and triple GNSS receiver
Pulse Aperture correlator
Centimeter-level position accuracy
Size: 107mm L x 96mm W x 15mm H
Weight: approx 0.07Kg
Operating Temperature: -40 degrees to +85 degrees C: 90% humidity non-condensing
Storage Temp: -55 degrees to +125 degrees C
Power Requirements: 2.0 W @ 5 VDC typical
IDAN-FRAME-SH
152MM Wide x 5.117 Long
Blank single-height
POWER RELAY DATA MODULE (IDAN-DM6952HR-62S)
Outputs: 16 power relays with form C contacts; 60 V A switching capacity: switching current: 2 A at 30 VDC; 0.5 A at 125 V AC; 0.25 A at 220 V AC
Max switching voltage 220 VDC/VAC
Operate and release time 4 milliseconds
1000 Vrms isolation
Connectors: H: standard 50 position 0.I" DIL headers; Screw terminal blocks
Dimensions: 90.17 mm L x 95.89 mm W
Weight : approx 0.15 Kg
Operating Temp: -40 degrees to +85 degrees C, 90% humidity non-condensing
Storage Temp: -55 to +125 degrees C
Power requirements: 1.25W (all relays active) @ 5 VDC typical
QUAD SERIAL PORT PERIPHERAL MODULE (CM310HR)
Compatibility with Industry Standard 16C550
115.2K baud RS-232 operation
Up to 1.5M baud RS-422 operation
16 byte transmit FIFO/16byte receive FIFO with error flags
Independent transmit and receive control
Standard modem interface
Jumper selectable to interrupt line, base address, RS232/RS422-485 mode per port
Includes 42 different selectable I/O base addresses
Internal Common Registers added to configure and control board operations
Four jumper-configurable RS-232/422/485 serial ports: 16550 compatible UARTs for high-speed; termination resistors for RS-422/485
Size: 90mm L x 96mm W x 15mm H
Weight: approx 0.10 Kg
Operating Temp: -40 to +85 degrees C: 90% humidity non-condensing
Storage Temp: -55 to 125 degrees C
Power Requirements: 1.5W @ 5 VDC typical
MODULE & CONTROLLER WITH ADVANCED DIGITAL I/O (ADIO) (CMC1668GX300HR-128D)
300 MHz @ 2.0Vdc
Rugged passive heatsink
Passive structural heatsink
32 Pin SSD socket
2 RS-232/422/485 ports
Multiport with parallel port and 18-bit digital
Stackable 104 pin PC/104 AT bus
Math coprocessor
16KB internal cache
Boot block flash BIOS
7 full functional DMA channels
15 interrupt channels
3 timer/counter channels
32 pin DIP socket for solid state disk support
Dimensions: 90.17 mm L x 95.89 mm W
Weight: approx 0.10 Kg
Operating Temp: -40 to +85 degrees C: 90% humidity non-condensing
Storage temp: -55 to +125 degrees C
MTBF: 115,000 hours typical
Power requirements 300 MHz: 5.8W @ 5 VDC typical
Includes 32MB disk-on-chip
SINGLE-SLOT CONTROLLER WITH EXTERNAL IDE CONNECTOR AND FLOPPY CONTROLLER (CMT6118HRS)
Add up to 4 drives to PC/104 stack
Interface decoded from PC/104 bus
Size: 90mm L x 96mm W x 15mm H
Weight: approx 0.07 Kg
Operating Temp: -40 to +85 degrees C: 90% humidity non-condensing
Storage Temp: -55 to +125 degrees C
POWER MODULE W/O BACK CONNECTOR ( HPWR104HRTX-75WS)
Rugged milled aluminum frame
Aluminum Alloy - 6061, temper-T6, clear chromate
Outputs: +5 Vdc at 15.0 A, +12 Vdc at 2.0 A, (3A max); -12 Vdc at 0.5 A, (1A max)
Input Voltage Range: 8-32 Vdc input (36V max; Reverse polarity, transient, and over-voltage protection
Size: 152mm L x 130mm W x 17mm H
Weight approx 0.14 Kg
Operating temp: -40 degrees to +85 degrees C, 90% humidity non-condensing
Storage temp -55 degrees to +125 degrees C
Power requirements: 75W max output power @ 88% efficiency typical
BASE-BF
Modular rugged milled aluminum base
Aluminum alloy -6061, temper-T6, clear chromate
Size: 152mm L x 168mm W x 10mm H
Weight: approx 0.34 Kg
Operating Temp: -40 to +85 degrees C: 90% humidity non-condensing
Storage Temp: -55 to +125 degrees C
MODULE W/O BACK CONNECTOR (CMC16686GX300HR-128D/D32X)
300 mhZ @ 2.0 Vdc Geode MMX
32 & 128 Mbytes SDRAM
Rugged Passive Heatsink
Two RS-232/422/485 Ports
Multiport with parallel port and 18-bit digital
Boot Block Flash BIOS
Y3K compliant real time clock
7 fully functional DMA channels including auto-initialize mode
15 interrupt channels
3 timer/counter channels
32-pin DIP socket for solid state disk support
Size: 90mm L x 96mm W x 15mm H
Weight: Approx 0.10 Kg
Operating Temp: -40 degrees to +85 degrees C, 90% humidity non-condensing
Storage Temp: -55 degrees to +125 degrees C
MTBF: 115,000 hours typical
Power requirements 300 MHz: 5.8 W @ 5 VDC typical
Delivery: 10 Weeks After Receipt of Order.
Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524.
The following provisions and clauses apply:
Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 1995). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu, . This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer.
52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil.
Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.
Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
(i) technical capability of the item offered to meet the Government requirement
(ii) price
52.212-3 Offeror Representations and Certifications -- Commercial Items
52.219-8 Utilization of Small Business Concerns
52.222-22 Previous Contracts and Compliance Reports
52.222-25 Affirmative Action Compliance
52.222-26 Equal Opportunity
52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate
52.225-4 Alternate I
252.212-7000 Offeror Representations and Certifications--Commercial Items
52.252-2 Clauses Incorporated by Reference (Feb 1998)
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.
52.211-6 Brand Name or Equal
52.212-4 Contract Terms and Conditions - Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes
52.219-28 Post-Award Small Business Program 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
52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
52.222-50 Trafficking
52.225-3 Buy American Act -- North American Free Trade Agreement
52.225-3 Alternate I
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer--Central
52.233-3 Protest after Award
52.233-4 Applicable Law for Breach of Contract Claim
252.211-7003 Item Identification and Valuation
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
252.225-7001 Buy American Act, Balance of Payment Program
252.232-7003 Electronic Submission of Payment Requests
252.232-7010 Levies
252.247-7023 Transportation of Supplies by Sea
252.247-7023 Alternate III (MAY 2002)
5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS)
5352.201-9101 Ombudsmen
Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524 (Attn: Mary E. Uptergrove @ 661-277-8801), no later than Close of Business (COB) 10 Sep 2008 at 2 pm PDT. Faxed transmissions of quotes are acceptable. Fax #: 661-277-0470 (please call and verify that I have received the fax) or e-mail [email protected].