SOLICITATION NOTICE
66 -- Analytical Laboratory Instrumentation
- Notice Date
- 8/27/2010
- 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-Q-0506
- Archive Date
- 9/18/2010
- Point of Contact
- Robert Gigliotti, Phone: 315-330-2205
- E-Mail Address
-
robert.gigliotti@rl.af.mil
(robert.gigliotti@rl.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes 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-Q-0506 is issued as a Request for Quote (RFQ). 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) 20100820. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set-aside under NAICS code 334515 and small business size standard of 500 employees. The contractor shall provide the following items on a Firm Fixed Price basis, specifying the warranty term for hardware and including the cost of shipping FOB Destination: Item 1: RF Peak Power Analyzer with THREE (3) Year Warranty MFR - P/N: Boonton 4500B "OR EQUAL" QTY: 1 SPECIFICATIONS - Sensor Inputs (specifications sensor model dependent): -RF Frequency Range: 1 MHz to 40 GHz -Pulse Measurement Range: -50 to +20 dBm -Modulated Measurement Range: -60 to +20 dBm -Relative Offset Range: ±100.00 dB -Logarithmic Vertical Scale: 0.1 to 50 dBm/div: in 1-2-5 sequence 0.1 to 50 dBV/div: in 1-2-5 sequence 0.1 to 50 dBmV/div: in 1-2-5 sequence 0.1 to 50 dBuV/div: in 1-2-5 sequence -Linear Vertical Scale: 1 nW/div to 50 MW/div: in 1-2-5 sequence 1 mV/div to 50 kV/div: in 1-2-5 sequence -Rise Time: < 3 nsec -Single-Shot Bandwidth: 5 MHz (based on 10 samples per pulse) -Pulse Repetition Rate: 50 MHz max -Minimum Pulse Width: 6 nsec -Time Base: Time Base Range: 5 nsec/div to 1 hr/div Time Base Accuracy: 0.01% Time Base Resolution: 100 psec Time Base Display: Sweeping or roll mode -Measurement System Sensor Inputs: One or two sensor measurement channels. Measurement Technique: Random repetitive sampling system that provides pre and post trigger data as well as statistical histogram accumulation. Maximum Sampling Rate: 50 Mega-samples/second on up to four channels simultaneously. (Equivalent effective sampling rate of 10 Giga-samples/second) Memory Depth: 256K samples per channel at max sampling rate Vertical Resolution: 14-bit A/D Converter Waveform Averaging: 1 to 16,384 samples per data point (time domain measurement) Number of Histogram Bins: 16,384 Size of Sample Bins: 32-bits (4,000 mega-samples) Bin Power Resolution: <0.02 dB -Trigger Trigger Source: Channel 1 (internal), Channel 2 (internal, with optional channel 2) External trigger 1, External trigger 2 (with optional channel 2) Trigger Slope: + or - Trigger Delay Range: Time base setting Delay range; pre trig(-), post trig(+) 5 nsec to 500 nsec; -4 msec to +100 msec 1 usec to 10 msec; ±4000 divisions 20 msec to 3600 sec; -40 to +100 sec Trigger Delay Resolution: 0.02 divisions Trigger Hold-off Range: 0.0 - 1.0 sec Trigger Hold-off Resolution: 10 nsec Trigger Mode: Normal, auto, auto peak-to-peak, free Run B Trigger Mode: A only, B delay-by-time, B delay-by- events specs B Trigger Source: Chan 1, chan 2, ext trig 1, ext trig 2 B Trigger Slope: + or - B Trigger Events Counter Range: 1 to 999,999 events B Trigger Time Delay Range: 0.0 - 1.0 sec B Trigger Time Delay Resolution: 10 nsec Internal Trigger Level Range: -40 to +20 dBm (sensor-dependent) External Trigger Level Range: ±5 volts, ±50 volts External Trigger Input: 1M or 50 ohm, DC Coupled -External Interfaces: GPIB: Programmable interface; complies with SCPI ver. 1990 RS-232C Interface 1: Serial printer/plotter interface RS-232C Interface 2: Diagnostic interface USB: General purpose i/o interface LPT1: Parallel printer/plotter (Centronics type) LAN: Ethernet port. -Other Characteristics: Display: 8.4" Diagonal TFT color LCD, 640 x 480 pixels, With CCFL Backlight. Main Computer Pentium based architecture Hard Disk Internal EIDE 40 Gbytes Acquisition Engine: 32-bit Floating Point DSP in each installed channel CE Mark Compliance for use in the European Union Operating Temperature: 0 to 50º C Power Requirements: 90 to 260 VAC, 47 to 63 Hz, 120W Dimensions (HWD): 19" rack-mountable; 7.0" x 17.5" x 19.5" (17.8 cm x 44.5 cm x 49.5 cm) Weight: 25 lbs (11.4 kg) Offers shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The expected delivery date is 30 days After Receipt of Order (ARO). The place of delivery, acceptance and FOB destination point F4HBL1/Transportation Depot 2, 148 Electronic Parkway, Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM (ET), Friday 03 September 2010. Submit to: AFRL/RIKO, Attn: Robert Gigliotti, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to robert.gigliotti@rl.af.mil. Offerors are encouraged to submit their quotes using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in this solicitation. This may include product literature, or other documents, if necessary. (b)(10) No past performance information is required. (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 52.212-2 Evaluation -- Commercial Items applies. In addition to the information in paragraph (a), the following factors shall be used to evaluate offers: (i) Price and (ii) Technical Capability. Both evaluation factors are of equal importance. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items and ALT I 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 quote. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program 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 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea Alternate III 252.247-7024, Notification of Transportation of Supplies by Sea The following additional FAR and FAR Supplements provisions and clauses also apply: 52.211-6, Brand Name or Equal 52.247-34, FOB Destination 252.211-7003, Item Identification and Valuation 252.225-7000, Buy American Act - Balance of Payments Program Certificate 252.232-7010, Levies on Contract Payments 5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Susan Hunter, Building 15, Room 225, 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 DFARS 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 quote 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 quote, which shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-Q-0506/listing.html)
- Record
- SN02259083-W 20100829/100828000324-a8fb1a0f0c6a2e1df2aea44f96c1b4c9 (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 |