Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2009 FBO #2933
SOLICITATION NOTICE

66 -- Electrical & Electronic Properties Measuring & Test Instruments

Notice Date
12/3/2009
 
Notice Type
Presolicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017810R3005
 
Response Due
12/16/2009
 
Archive Date
1/16/2010
 
Point of Contact
Teresa Spiker 540-653-7039 Teresa Spiker,Voice: 540-653-7039,Fax: 540-653-6810
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopses and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) has a requirement for a Firm Fixed-Price contract to purchase one (1) 500 MHZ Broadband Signal Generator (BSG). This item will be procured on a sole source basis from Aeroflex Powell, Inc., 10411 Bubb Road, Cuportino, CA 95014. 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; a proposal is being requested and a written solicitation will not be issued. FAR Subpart 13.5 will be used. This solicitation, number N00178-10-R-3005, is issued as a Request for Proposal (RFP). This solicitation document with incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-37, effective 14 October 2009 and DFARS Change Notice 20091123. The NAICS Code associated with this procurement is 334515 with a size standard of 500 employees. An extensive market survey was performed and identified Aeroflex Powell, Inc. as the only vendor that can provide the Broadband Spectrum Generator (BSG) that is essential to the Government's requirements. This BSG is compatible with the current equipment suites being used. The Government reserves the right to award on an all or none basis. The Naval Surface Warfare Center, Dahlgren Division, intends to procure the following items: DESCRIPTION: CLIN 0001 - 1 each - Part No. CS29120G-16G-RF6G. BSG with 500 MHz instantaneous bandwidth (4 dB typ). 16 GB of high speed signal memory, and 10 MHz to 18 GHz RF output range w/ 2 Hz tuning resolution. System includes: Dual Xeon 3.2 GHz controller running Linux. Includes 4 GB system RAM, removable system hard drive, 73 GB removable data hard drive, DVD-R/W drive, 10/100/1Gb Ethernet interface (x2), serial interface, USB 2.0 interface (x2), video interface, keyboard & mouse interface. RF output module with 10 MHz to 18 GHz frequency range, 500 MHz bandwidth (4 dB typ) -10 dBm maximum output with no attenuation, 25 dB attenuation output control, and synthesized LOs w/ 2 Hz tuning resolution. Includes software-controlled switch for baseband and RF band selection. 14 bit high performance 1200 MSps DAC, and 16 GB signal memory for 7.16 seconds continuous playback at full bandwidth. Continuous and single shot signal generation is supported. Synthesized low phase noise time bases. Precision 10 MHz internal reference. Two rack mount chasses (7U total). Keyboard, mouse and monitor. Local control only. User manual. VSP/VSS-BASIC playback/generation control SW. VSS data generation software with the following bundled software:VSS-AGILE, VSS-PSK/QAM, VSS-FSK/MSK, VSS-AM/FM/PM, VSS-Mix, VSS-ETSI, VSS-Gain/Phase, VSS-Pulse. Sequencing of individual data files from signal memory or on a RAID device while controlling and tuning the upconverter. Software drivers to provide a remote control of the BSG via Ethernet. Single seat license of OS disk image and Linux applications with a recovery CD disk. System drive in a removable cartridge. Site installation and training. WARRANTY: The offeror shall convey all standard manufacturer commercial warranties to the buyer. DELIVERY: All deliveries shall be inspected and accepted at the point of destination. The Aeroflex Powell, Inc. BSG shall be delivered FOB Destination to Naval Surface Warfare Center, Dahlgren Division, 6220 Tisdale Road, Suite 159, Dahlgren, VA 22448-5114, as follows: 120 days after receipt of order. Proposal must include all applicable shipping charges.INSTRUCTIONS: The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items 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 offeror'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 needs 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 the commercial warranty provisions shall also be provided. PAST PERFORMANCE: The offeror shall provide points of contact of the last three (3) 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 Numbers; 4) Type of Contract; 5) Dollar Value of Contract; and 6) Period Performance. 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 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, and (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 exceed prices charged the offeror's most favored customer for like items in being procured or similar items: date of sale; quantity; unit price; customer contract number; 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. Offerors shall include a completed copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items and DFAR 252.212-7000 Offeror Representations and Certifications - Commercial Items with its offer. The clause at FAR 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (September 2009) subparagraphs (a), (b) 1, 10, 19, 20, 21, 22, 23, 24, 25, 26, 31, 39, (d), and (e); DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items subparagraphs (a), (b) 252.205-7! 000, 252.225-7001, 252.225-7012, 252.225-7021, 252.227-7015, 252.243-7002, and (c). Additionally, DFARS Clause 252.211-7003, Item Identification and Valuation, will be included in the resultant contract. The FAR and DFAR provisions and clauses referenced by this solicitation can be found in full text at http://www.arnet.gov/far/ & http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. AWARD: Representations and Certifications shown at FAR 52.212-3 and DFAR 252.212-7000 must be completed and submitted with the offeror's proposal/capability statement for this requirement. The award shall be firm fixed price. In order to be eligible for award, firms must be determined to be responsible in accordance with FAR 9.104-1 and they must be registered in the Central Contractor Registration (CCR). Instructions for registration may be found at: http://www.bpn.gov/ccr/, and the number for the CCR Helpdesk is 1-888-227-2423. The closing date is 16 December 2009 at 2:00 pm, Eastern Time. Anticipated Award date is 20 January 2010. All items shall be priced FOB Destination to the Naval Surface Warfare Center, Dahlgren, Division, Receiving Officer, 6220 Tisdale Road, Suite 159, Dahlgren VA 22448-5114, between the hours of 0700 and 1430 local time on weekdays. No deliveries will be accepted on Federal Holidays. Electronic quote submission is encouraged at teresa.spiker@navy.mil, but the quote may also be faxed to (540) 653-6810 or delivered to the Naval Surface Warfare Center, Dahlgren Division, Attn: CXS13-3, Bldg. 183, Room 106, 17632 Dahlgren Road. Suite 157, Dahlgren, VA 22448-5110.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017810R3005/listing.html)
 
Record
SN02016135-W 20091205/091203235620-589cf14cb16bf4e7eb1f57cf73d82f8c (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.