Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2010 FBO #3170
SOLICITATION NOTICE

66 -- Electroacoustical Measurement System

Notice Date
7/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-10-RQ-0621
 
Archive Date
9/30/2010
 
Point of Contact
Joni L Laster, Phone: 301-975-8397, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
joni.laster@nist.gov, todd.hill@nist.gov
(joni.laster@nist.gov, todd.hill@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is unrestricted and all interested quoters may submit a quote. The National Institute of Standards and Technology (NIST) has a requirement for a Electroacoustical Measurement System with integral hardware for directional measurements and hearing aid measurements. This system shall replace the existing hardware and software systems that are currently used in support of acoustical measurement services and research, including those that involve measurements to characterize the performance of hearing aids for the Department of Veterans affairs. All equipment must be new; used and/or remanufactured equipment will not be considered for award. All responsible quoters shall provide a quotation for the following line item: LINE ITEM 0001: Quantity one (1) each, Electroacoustical Measurement System that shall meet or exceed the following required specifications: A. -Measurement capability that includes, at a minimum, the following: 1. Total harmonic distortion 2. Intermodulation distortion 3. Difference frequency distortion 4. FFT and inverse FFT Spectrum analysis 5. Transfer functions 6. Attack and release times 7. Time selective response 8. Real-time octave, one-third octave, one-sixth octave, one-twelfth octave, and one twenty-fourth octave analysis 9.Flexibility to create custom measurement sequences 10. Hearing aid measurements specified in ANSI standard S3.22 and IEC standard 60118-7 done with existing pre-written automated test sequences 11. Test signal generation that also allows for multi-tones, stepped sine and amplitude sweep, stimulus editing with white and pink noise and WAV file use and equalization 12. Directional measurements with turntable control and polar plotting B. Set of measurement hardware that includes, at a minimum, the following: 1. Two data acquisition channels and two output channels 2. Data acquisition with at least a 204.8 kS/s sampling rate, at least a 118 dB dynamic range, and at least a 24-bit resolution 3. Input measurement ranges from below no greater than 400 mV to above at least 40.0 V 4. Turntable system that can optionally be controlled from a computer with an IEEE-488 interface or a supplied remote control unit 5. Turntable that is capable of supporting at least a 220 pound load, has a minimum resolution of 1 degree, and has a minimum cable length to its controller of 15 m 6. System controller with at least a dual core 3.00 GHz processor, 2 GB 800 MHz DDR2 RAM, Windows XP Pro operating system, 500GB hard drive, Windows office, and electroacoustic measurement system software pre-installed and tested 7. 22 inch or larger flat screen monitor 8. An IEEE-488 interface card for Windows XP operating system to control the turntable system 9. Data acquisition card in a power chassis that is physically separate from the system controller, but connected to the controller with a hardware kit that includes a fiber optic cable for electrical isolation 10. Sound calibrator for one-half inch microphones capable of 94 dB and 114 dB signals at 1 kHz with 0.2 dB or better accuracy 11. Sound calibrator for one-half inch microphones capable of 114 dB signals at 250 Hz with 0.08 dB or better accuracy, with adaptors for one-inch, one-quarter inch, and one-eighth inch microphones, and an adaptor for an external ear simulator that meets IEC standard specifications 12. Two quarter-inch to half-inch angled adaptors for microphone preamplifiers 13. Two retrofit kits for mounting ear simulators that meet either IEC standard 60318-4 or IEC standard 60711 specifications to a KEMAR manikin 14. Hardware required to perform hearing aid measurements specified in ANSI standard S3.22 15. Bench-top size anechoic test box with sound insulation, built-in sound source and current loop 16. Anechoic test box sound source frequency range at least 100 Hz to 8 kHz with response at least as good as plus or minus 2 dB 17. 2CC coupler that meets either IEC standard 60318-5 or IEC standard 60126 specifications 18. Two Ear simulators that meet either IEC standard 60318-4 or IEC standard 60711 specifications, each provided with a half-inch microphone 19. Test interface, optionally controllable by USB or front panel, with integral power amplifier, microphone power supply, signal routing and impedance measurement capability, and at least two input connectors for measurements and two output connectors for test devices 20. One half-inch pressure microphone (not pre-polarized) 21. Two microphone preamplifiers, for use with one-quarter inch or one-half inch microphones, with a seven-pin LEMO connector on each 22. DC power supply and monitor, controllable by USB, for measuring current consumption of low voltage devices with a 0.1mA or better resolution 23. Microphone power supply with LEMO input connectors, at least -20 dB to +60 dB gain range, and total harmonic distortion less than 0.005% Line Item 0002 : Maintenance/Support contract that, at a minimum, includes the following: Three years of telephone and internet technical support (up to ten hours per year) and a software upgrade to the next major release of measurement system software each of the three years. Warranty The Contractor shall provide, at a minimum, a one year warranty for the equipment. The warranty shall include all parts, labor and travel. The Contractor shall state the warranty coverage for the equipment. Delivery shall be in accordance with the Contractor's commercial delivery schedule. Delivery terms shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building 301, Gaithersburg, MD 20899. Evaluation Criteria: Award shall be made to the Contractor whose quote offers the best value to the Government. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Experience, and 4) Price. Technical capability, past performance, and experience, when combined, shall be of approximately equal importance to price. If technical capability, past performance, and experience are equivalent, price shall be the determining factor. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications. All equipment must be new. Refurbished and or remanufactured equipment shall not be considered for award. Past Performance: Past Performance will be evaluated to determine the overall quality of the products and services, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/or information from other sources, including NIST. Experience: Experience with providing similar equipment shall meet the Government's minimum requirement, but experience with providing the same equipment that this solicitation specifies, will exceed that requirement. Quoters must demonstrate their experience with these systems. Evaluation of experience may be based on contacts used for past performance. Price: Price will be evaluated for reasonableness Past Performance, Experience and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.219-28 Post-Award Small Business Program Re-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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-3 Buy American Act - Free Trade Agreements-Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all line items; 2) For the purpose of evaluating technical capability: Technical description and/or product literature which clearly details the manufacturer, make and model of the proposed product(s), addressed all required specifications, and clearly documents that the offered product(s) meet(s) or exceeds the specifications stated herein. 3) For the purpose of evaluation of past performance: A list of at least three (3) references to whom the same or similar equipment has been provided. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; the date of delivery or the date services were completed and a description of the equipment sold to each reference; 4) For the purpose of evaluation of experience: Information which demonstrates the quoter's experience in manufacturing equipment that is the same or similar to the Governments requirement. Information which documents the history of the product the quoter is proposing in the marketplace, including, but not limited to, the length of time the product has been commercially available in the marketplace, and the number of customers to whom the product has been delivered. 5) Description of commercial warranty; 6) A current copy of the Contractor's price list or catalog pages that contain pricing for the equipment/services defined within the Contractor's quotation. 7) This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotes shall be received not later than 3:00 PM local time, on August 11, 2010 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Joni Laster. Any questions or concerns regarding this solicitation shall be forwarded in writing via e-mail to the Contract Specialist (Joni L. Laster) @ joni.laster@nist.gov. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-8397. E-mail quotes ARE acceptable. Fax quotes will NOT be accepted. Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0621/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02221578-W 20100730/100729000342-b037a670c61ceba1adacc52e7d318bd9 (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.