Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2007 FBO #1907
SOLICITATION NOTICE

66 -- Instruments and Lab Equipment

Notice Date
2/13/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017807Q3158
 
Response Due
2/20/2007
 
Archive Date
4/1/2007
 
Description
This synopsis/solicitation is being posted to both the Federal Business Opportunities (FBO) webpage located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) website located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting feel free to use either site to access information posted by the Navy Sea Systems Command. This requirement is for a Firm Fixed-Price contract for the acquisition of one (1) 4000 Watt TWT AM/FM/Pulse Amplifier. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Proposals (RFP); the solicitation number is N00178-07-Q-3158. This solicitation document incorporates clauses and provisions in effect through Federal Acquisition Circular 2005-14, effective 22 November 2006, Class Deviation 2005-o0001, and DFARS Change Notice 20070122. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14. This item will be acquired through full and open competition. The associated standard industrial classification code is 3663; the Small Business Size Standard is 750 employees. This requirement is set aside 100 percent for participation by small business concerns. Note 1 will apply. DESCRIPTION: CLIN 0001---One (1) 4000 Watt TWT AM/FM/Pulse Amplifier Requirements: A) Technical: ? Frequency Range: 2.7-5.7 GHz ? Rated Output Power: 4000W Pulse minimum ? Gain @ Rated Power: 66 dB ? Prime Power: 100-120 VAC +/-10%, 60 Hz, Single Phase ? Input/Output Impedance: 50 ohms (VSWR 2.0:1) ? RF I/O Connectors: Type N Female Mounted on the Front Panel ? Input/Output VSWR: 2.0:1 ? RF Sample/Gate: BNC Female Front Panel, 2 VDC logic TTL logic signal level HIGH ? Pulse Width: 100 nsec min ? 150 ?sec max ? PRF Range: 0 ? 100 KHz ? Duty Cycle: 6% minimum ? Rise & Fall Time: 15-20 nsec nominal ? Pulse to Pulse Jitter: <0.1 dB ? Pulse Width Jitter: ?5 nsec maximum ? Pulse Delay: 250 nsec maximum ? Pulse to Pulse Stability: +/-0.1 dB ? Spurious: -50 dBc ? Temperature: 0? to 50? C (40? C @ 10,000 feet) ? Non-operating Temp: -20? to 70? C (50,000 feet max) ? Cooling System: Air cooled, self contained ? Modulation: AM/FM/Pulse ? dimensions: 19?W x 27?D (fit into 19? rack mount) height of 16? or less B) Control/Operational: ? VSWR Protection against an output mismatch ? GPIB IEEE 488 Remote Control ? Forward RF Sample Port on the Front Panel, type N-F connector ? Internal Pre-amplification to obtain rated output power with an input level of 0dBm or less. ? RF Input/Output Connectors on the Front Panel ? Internal Systems Diagnostics ? Filament/Beam Elapsed Time Metering in hours ? RF Safety Interlock, type BNC connector ? Forward/Reflected Power Indication simultaneously on Front Panel display C) Documentation: Full set of documentation (e.g. user manual & programming reference guide) and production test data demonstrating amplifier performance. WARRANTY ? Offerors shall offeror the Government at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The warranty shall be of a minimum duration of 3 years and includes power supply & electronics. DELIVERY: All deliveries shall be inspected and accepted at the point of destination. The system shall be delivered FOB Destination to Naval Surface Warfare Center, Dahlgren Division, 6220 Tisdale Road, Suite 100, Dahlgren, VA 22448-5114, Attn: Code Q41 3-5 months after receipt of order. INSTRUCTIONS - The provision at 52.212-1, Instructions to Offerors ? Commercial applies to this acquisition. Addenda to far 52.212-1 Instructions to Offerors- Commercial Items: In order to maximize efficiency and minimize the time for proposal and capability evaluation, it is requested that the offeror submit a proposal in accordance with the format and content specified. The original shall be clearly identified as ?ORIGINAL? and bear original signatures. The copies shall be complete and clearly identified as ?COPY?. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation ?DUNS? followed by the DUNS number that identifies the offer or?s name and address. The offeror shall provide documentation that shows their current active registration in the Central Contractor Registration (CCR). Lack of registration in the CCR database will make an offeror ineligible for award. The offeror shall demonstrate their technical understanding of the requirements of this contract by submitting information which may include but not be limited to existing product literature, brochures, etc. that offers a product which will best meet the need?s of the Government. This information shall provide complete specifications of the proposed system which will allow the Government to make this determination. A copy of commercial warranty provisions shall also be provided. PAST PERFORMANCE - Each offeror shall provide points of contact of the last three sales for which they have provided the same or similar equipment. The references provided shall be in the following format: 1. Reference Organizational Name; 2. Point of Contact Contracting and Technical; 3. Point of Contact Address and Phone Numbe rs; 4. Type of Contract; 5. Dollar Value of Contract; and 6. Performance Period. Each point of contact will be asked to rate the quality of the product, timeliness of delivery and customer service. PRICE PROPOSAL - The Price Proposal shall reflect the following information as a minimum: (a) A copy of the current catalog or established price list for the articles covered by the offer, or information where the established price may be found. (b) A statement that such catalog or established price list: (1) is regularly maintained. (2) is published or otherwise available for inspection by customers. (3) states the prices at which sales are currently made to a number of buyers. (c) A statement that such articles are commercial items sold in substantial quantities to the general public, at the prices listed in the above-mentioned catalog or established price list. (d) A statement that the quoted prices, including consideration of any discount or rebate arrangement, do not e xceed prices charged the offeror's most favored customer for like items in similar quantities under comparable conditions. (e) The offeror is requested to submit the following pricing information on the three most recent sales of the items being procured or similar items: date of sale; quantity; unit price; customer contract no.; customer name/phone number. Where the pricing information furnished is on similar items, the offeror shall indicate the differences. Pricing information furnished should be as current as possible, and should be on quantities similar to this solicitation. EVALUATION - The provision at 52.212-2, Evaluation- Commercial items, is applicable and the following evaluation criteria is to be included in paragraph (a). The following factors shall be used to evaluate offers: Technical capability of the item offered to meet the Government requirement. Areas to be considered are: Past performance - Offerors will be evaluated on quality of product; timel iness of delivery; and customer service. Price is not considered the most important evaluation factor. The importance of price will increase with the degree of equality of the proposals in relation to the remaining evaluation factors. Price may be the deciding selection factor depending on whether a highly evaluated technical proposal warrants the evaluated price difference. Offerors shall include a completed copy of the provisions at 52.212-3 and 252.212-7000, Offeror Representations and Certifications- Commercial Items and, with its offer. The clause at 52.212-4, Contract Terms and Conditions- Commercial Items, applies to this acquisition. The clauses at 52.212-5 and 252.232-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Deviation) and, applies to this acquisition. Offers are due no later than 2:00 p.m. EDT on 20 February 2007. Offers should be sent to the attention of Code XDS13-4, Naval Surface Warfare Center, Dahlgren Division, 17632 Dahlgren Road, Suite 200, Dahlgren, V A 22448-5110 /Phone (540) 653-7765/FAX (540) 653-6810/E-mail DLGR_NSWC_XDS13@navy.mil.
 
Record
SN01231482-W 20070215/070213221137 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.