SOLICITATION NOTICE
66 -- Oscilloscope - Offeror Representations and Certifications
- Notice Date
- 7/21/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-10-R-0032
- Archive Date
- 8/11/2010
- Point of Contact
- Jacquelyn Benedict, Phone: 315-330-3270
- E-Mail Address
-
Jacquelyn.Benedict@rl.af.mil
(Jacquelyn.Benedict@rl.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Offeror Representations and Certifications 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; proposals 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 FA8751-10-R-0032 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100713. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is unrestricted. The NAICS code is 334515 and small business size standard of 500 employees. The contractor shall provide the following items on a Firm Fixed Price (FFP) basis. Total price must include shipping FOB Destination and warranty terms must be quantified. Item 1: Oscilloscope Mfg P/N: Tektronix DPO72004B & DPO72004B 20XL OR EQUAL Qty: 1 Description: 20 GHz Digital Phosphor Oscilloscope with 250M samples per channel Specifications: 20 GHz Bandwidth on all 4 Channels at the same time Hardware Serial Trigger at 6.25 GB/S Fastacq function with waveform capture up to 300,000 waveforms per second Teklink Instrument Synchronization port Hardware Analog Bandwidth (-3 dB): 16GHz (typical) Input Channels: 4 Rise Time 10% to 90% (Typical): 18 ps Rise Time 20% to 80% (Typical): 14 ps Vertical Noise (% of full scale)(Typical): 0.77% Channel-to-Channel Isolation (Any two channels at equal vertical scale settings): ≥ 120:1 (for input frequency 0 to 10GHz) ≥ 80:1 (for input frequency >10 GHz to 12 GHz); ≥ 50:1 (for input frequency >12 GHz to 15 GHz) ≥ 25:1 (for input frequency >15 GHz) DC Gain Accuracy: +/-2% (of reading) Delay between Any Two Channels (typical): ≤ any two channels with equal V/div and coupling setting ≥ to 50 ps with BW enhance enabled (BWE) Effective Number of Bits (Typical); 5.4 bits Input Coupling: DC (50 Ω), GND Input Impedance: 50 Ω ±2%, 1 MΩ with TCA-1MEG adapter 20 GHz and 19Ghz: 20 to 500 mV/div (200 mV to 5 V full scale) Max Input Voltage, 50 Ω: <5.0 VRMS for ≥100 mV/div; also determined by TekConnect accessory 1.0 VRMS for <100 mV/div Offset Accuracy 10 mV/div - 99.5 mV/div: ±(0.35% (offset value-position) + 1.5 mV + 1% of full scale) 100 mV/div - 500 mV/div.: ±(0.35% (offset value-position) + 7.5 mV + 1% of full scale) Offset Range: 10 mV/div: ±450 mV; 20 mV/div: ±400 mV; 50 mV/div: ±250 mV; 100 mV/div: ±2.0 V; 200 mV/div: ±1.5 V; 500 mV/div: ±0.0 V Passband Flatness (20, 50, 100, 250 mV/div) (Typical): ±0.5 dB to 50% of nominal bandwidth at 25 °C Position Range: ±5 div Vertical Resolution: 8 bit (11 bit with averaging) Time Base Range: 10 PS/DIV to 1000 S/DIV Time Resolution: 100 FS Jitter Noise Floor (Typical) 400 FS Display Resolution: XGA 1024 horizontal × 768 vertical pixels *Offers of products which are equal or superior to the brand name items specified above will be considered and evaluated (see FAR 52.211-6). Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The anticipated delivery date is within six (6) weeks After Receipt of Order. The place of delivery, acceptance and FOB destination point is F4HBL1/Transportation Officer, Depot 2, 148 Electronic Pkwy. Rome NY, 13441-4516. The provision at 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due at or before 3 PM (ET), Tuesday 27 July 2010. Submit to: AFRL/RIKO, Attn: Jacquelyn Benedict, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to jacquelyn.benedict@rl.af.mil. Offerors are encouraged to submit their proposals using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the requirements of this solicitation. This may include product literature, or other documents, if necessary. (b)(10) Submit past performance information for contracts completed successfully within the last three (3) years that are similar in magnitude and scope to the work described in this notice. Include reference name, telephone number, and email address, as well as a brief description of the contract effort. (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. This clause applies to certain items with unit price greater than or equal to $5,000. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer may 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: PRICE, PAST PERFORMANCE, and TECHNICAL CAPABILITY. All factors are of approximately equal importance. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (AUG 2009) and ALT I (APR 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their proposal. In addition, offerors shall complete and submit the representations and certifications at DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items (JUN 2005). For your convenience, paragraph (b) of 52.212-3 and 252.212-7000 are attached to this solicitation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (JUN 2010), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (JUL 2010), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alternate I (Oct 1995) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) 52.219-8, Utilization of Small Business Concerns (DEVIATION) (May 2004) 52.219-28, Post Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010), applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: 52.203-3, Gratuities (Apr 1984) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009) 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (JUL 2009) 252.227-7015, Technical Data--Commercial Items (Nov 1995) 252.227-7037, Validation of Restrictive Markings on Technical Data (Sep 1999) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.243-7002, Requests for Equitable Adjustment (Mar 1998) 252.247-7023, Transportation of Supplies by Sea (May 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000) The following additional FAR and FAR Supplements provisions and clauses also apply: 52.211-6, Brand Name or Equal (AUG 1999) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) 252.211-7003, Item Identification and Valuation (AUG 2008) 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7035, Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate. (DEC 2009) 252.232-7010, Levies on Contract Payments (DEC 2006) 5352.201-9101, OMBUDSMAN (APR 2010) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407. 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-A7 has been assigned to this effort. All responsible organizations may submit a proposal, which shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-R-0032/listing.html)
- Record
- SN02213079-W 20100723/100721235326-da128267a51fb8bfc41e98da49f3c1c9 (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 |