SOLICITATION NOTICE
66 -- Two Channel Pulse Generator and Amplifier
- Notice Date
- 3/21/2012
- 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
- NB620030-12-02471
- Archive Date
- 4/20/2012
- Point of Contact
- Prateema E. Carvajal, Phone: 301-975-4390, Todd D Hill, Phone: 301-975-8802
- E-Mail Address
-
prateema.carvajal@nist.gov, todd.hill@nist.gov
(prateema.carvajal@nist.gov, todd.hill@nist.gov)
- Small Business Set-Aside
- Total Small Business
- 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 SHALL 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) 2005-57. The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 with a small business size standard of 500 employees. This requirement is a 100% Small Business Set-Aside. In accordance with the non-manufacturer rule, the contractor shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern. See FAR 19.102(f) for additional information. Quoters shall submit all questions concerning this solicitation in writing to Prateema.carvajal@nist.gov. Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions shall be made in writing, without identification of the questioner, and shall be included in an amendment to the solicitation. **This is a BRAND NAME or EQUAL requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency's needs.*** All responsible quoters shall provide a quotation for the following line item: LINE ITEM 0001: Quantity: One (1) each, Two-Channel Pulse Pattern Generator and Amplifier, Pico Second Pulse Labs 12010-2 Generator, 8001 Amplifier, and 533 Divider or Equal. The quoted items shall meet the following minimum Salient Characteristics: 1) Generator must offer, at a minimum, both a pulse mode and a pattern mode. In pulse mode, a single pulse must be delivered per trigger event. In pattern mode, a defined pattern must be delivered per trigger event. 2) The generator must have two independent outputs with 50 ohm impedance. Each output must have independently adjustable pulse parameters (e.g., amplitude, duration and delay) in both pulse and pattern modes, with only the repetition rate clock shared between the two outputs. 3) For each output of the generator, both true and complement outputs must be provided. 4) A standalone 12.5 Gb/s amplifier (or faster) must be provided. The amplifier power supply must be included (or else it must be powered by a standard 110V line cord). For small signal inputs (<150 mV), the amplifier must provide at least 26 dB gain. In addition, the amplifier must be able to generate at least 5 Vpp output for an input signal of <1.5 Vpp, with a repetition rate of 80 MHz and pulse width of 250 ps. 5) A 6 dB power divider/combiner for summing the two output channels must be provided, such as the Picosecond Pulse Labs model 5333 or equivalent. The power divider/combiner must have a bandwidth of DC to 25 GHz or wider, with an input impedance to each port of 50 ohms. Two six inch long semi-flexible coaxial cables with appropriate connectors, 50 ohm impedance, and bandwidth must be provided for connecting any two outputs on the generator to the power divider. Additionally an 18" semi-flexible coaxial cable with appropriate connectors and 50 ohm impedance must be provided to connector the power divider output to an external instrument/setup. 6) Frequency range for the generator's internal clock must be adjustable and include the full range of 15 MHz to 800 MHz. 7) For each channel, the output amplitude must be adjustable from 50 mV to 2.5 V, with a resolution of 1 mV. 8) For each channel, a programmable offset allowing a level window between -2 V and 3.3 V must be achievable. The resolution in adjusting the offset must be 1 mV. 9) For each channel, the pulse width must be adjustable between 250 ps and the pulse period minus 250 ps. The resolution in adjustment must be 1 ps. 10) For each channel, the pulse delay must be adjustable between 0 ps and the pulse period. The resolution in adjustment must be 1 ps. 11) In pattern mode, the pattern must be selectable between NRZ, RZ, or R1 formats. In NRZ format, the crossing point must be programmable. In RZ or R1 modes, the duration of the pattern pulse must be programmable. 12) In pattern mode, each channel must be programmable with user defined patterns, with a 16 Mbit memory depth and a pattern length resolution of 8 bits. 13) The system must have both an internal clock to set the pulse period, as well as the ability to accept an external clock. 14) The system must have the ability to be externally triggered in pulse mode with a frequency ranging from single shot to 800 MHz. 15) The system must have the ability to be externally triggered in pattern mode. 16) The system must offer a trigger output signal that produces a trigger pulse corresponding to each output pulse or start of the pattern. 17) All available Labview drivers or other software interfaces must be included. 18) Delivery within 3 months 20) Minimum 3 year warranty. Delivery terms shall be FOB Destination and made within three months from date of award. Warranty: Shall include a three year warranty. Technical Evaluation Criteria: Award shall be made to the firm that provides the lowest priced, technically acceptable quote. Technical acceptability means that the quote meets all of the stated minimum specifications. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all minimum requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. Price: Quoted price shall be evaluated for reasonableness. 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: 52.211-6 Brand Name or Equal 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: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Set-Aside 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; 52.223-18, Contractor policy to ban text messaging while driving; 52.225-1 Buy America 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 Line Item 0001; 2) An original and one (1) copy of the technical description and/or product literature; 3) An original and one (1) copy of the most recent published price list(s); 5) Country of Origin information for each line item. This is a 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 shall 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 shall accept the quoted price. However, the terms and conditions stated herein shall 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 8:00 AM local time, on April 5, 2012 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: Prateema Carvajal. 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 301-975-4390.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB620030-12-02471/listing.html)
- Place of Performance
- Address: NIST, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN02702188-W 20120323/120321235307-481bdedf2cebe5ea91b92f6a172b277f (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 |