SOLICITATION NOTICE
66 -- Spectrum Analyzer
- Notice Date
- 5/27/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Army, Army Contracting Agency, South Region, ACA, White Sands Missle Range, ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
- ZIP Code
- 88002-5201
- Solicitation Number
- W9124Q-08-R-EPGSPA
- Response Due
- 6/5/2008
- Archive Date
- 8/4/2008
- Point of Contact
- charlene.neal, 520-538-2399
- Small Business Set-Aside
- Total Small Business
- Description
- 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. The Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following requirement: Hardware software package Vquad consists of the following: Spectrum Analyzer 9kHz to 26.5GHz operating range, Measurement Range from -150 to +30dBm, 1 dB Overall Amplitude Accuracy, 28 updates/sec measurement speed 97 dB third order dynamic range,One button measurements,ACP, Occupied BW, Emissions BW, Channel power, 10 peaks table, harmonic distortion, Multiple limit lines with margins,Internal frequency counter with 1Hz resolution, Store 200 traces or states, Multiple measurement personalities, Field rugged portability,19 updates/sec remote measurement speed, 5 Minute warm-up time,Maximum Sensitivity -150 dBm, Built-in help, Rugged and portable for lab grade performance in the field, One-millisecond RF sweep time, 45 measurements per second RMS, peak, neg peak, quasi-peak detectors, 0.4 dB overall amplitude accuracy, Optional 1 Hz digital-resolution bandwidth filter and preamplifier -167 dBm sensitivity, with internal preamp, +16 dBm TOI Variable sweep (trace points) from 2 to 8192 segmented sweep for up to 32 discontinuous spans in one sweep, 8590-series programming code compatibility, HP 8566/68B programming code compatibility, IntuiLink PC software for screen and data transfer to Microsoft Office. Options:Performance OPTS Bundle E4407B-B75, For ESA-E only. Adds Narrow RBW to 1 Hz, Preamplifier, and high stability frequency reference. Add to Option STG Adds 3 GHz Tracking Generator to ESA-E Order instead of Option STD. Option 1AX Replaces GPIB with Serial Port For ESA-L and ESA-E. FOB DESTINATION: Fort Huachuca, Arizona. Payment will be made by Defense Finance and Accounting under provisions of Wide Area Work Flow under Net 30 Terms. Offers are due no later than 12 noon, Mountain Standard Time, June 5, 2008. Offers shall be submitted electronically at: charlene.neal@us.army.mil. EVALUATION CRITERIA/ PROCEDURES: The offers will be evaluated based on the following best value criteria in descending order of importance: Meeting the requirement, Proposed Delivery Schedule, Past Performance, and Price. The result of the award will be posted in Fedbizopps(http://www.fbo.gov/) under Award Notices. Questions pertaining to the Award Notice must be submitted in writing. For additional information, contact Charlene Neal at (520) 538-2399 or charlene.neal@us.army.mil. The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25, 22 April 2008. This is a total small business set aside. The NAICS code is 334515. The solicitation is issued as a request for proposal (RFP) and will be awarded as a firm-fixed-price. All Electronic and Information Technology will be Section 508 of the Rehabilitation Act of 1973 compliant. The following FAR provision 52.212-1, Instruction to Offerors Commercial items, applies to the acquisition. FAR provision 52.212-2, Evaluation of Commercial Items, applies to the acquisition (See evaluation criteria above). Offerors shall include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items or ORCA, and furnish Offeror's Tax Identification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes with its offer. FAR clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. FAR clause 52.219-8, Utilization of Small Business Concerns apply. The government reserves the right to select for award, all, some, or none of the proposals received in response to this announcement.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7757f20ad1286c5271ee47a690a4376c&tab=core&_cview=1)
- Place of Performance
- Address: ACA, White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
- Zip Code: 88002-5201
- Zip Code: 88002-5201
- Record
- SN01580812-W 20080529/080527215202-7757f20ad1286c5271ee47a690a4376c (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 |