SOLICITATION NOTICE
66 -- Spectrum Analyzer with Options
- Notice Date
- 5/24/2012
- 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 - Eglin Research Site, 101 West Eglin Blvd, Suite 337, Eglin AFB, Florida, 32542-6810
- ZIP Code
- 32542-6810
- Solicitation Number
- F1T0CY2101AG01
- Archive Date
- 6/23/2012
- Point of Contact
- Caroline H. Frank, Phone: 850-882-3349
- E-Mail Address
-
Caroline.Frank@eglin.af.mil
(Caroline.Frank@eglin.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Brand Name or Equal Solicitation The Operational Contracting Division, Air Armament Center, Eglin AFB, FL intends to solicit, negotiate, and award a Firm-Fixed Price contract for a Spectrum Analyzer, Model MS2038C (with options), brand name or equal. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition format, 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 separate, written solicitation will not be issued. This announcement is issued as Request for Quotation (RFQ) # F1T0CY2101AG01. The North American Industry Classification System (NAICS) code for this acquisition is 334515, with small business size standard of 500 employees; please identify your business size in your response based upon this standard. Offerors will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis IAW FAR 15.101-2 and the award will be made to the lowest priced offeror that meets the minimum requirement. The government will not accept refurbished/used equipment. There will be no advance payments. Offerors are advised to include a completed copy of provision 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. This requirement is for: CLIN 0001: Spectrum Analyzer with Options, VNA Master; brand name or equal, with Shipping Included. Brand Name = Anritsu, Model # MS2038C. Specifications as follows to include OPTIONS (option numbers pertain to brand Anritsu, description is generic for all): • PORTABLE/Handheld • VNA Master 5 kHz - 20 GHz (Vector Network Analyzer) • Two-active-port, fully-reversing VNA; measures and displays all S-parameters with a single connection • 350 usec per data point, ideal for filter tuning • 12-term error correction algorithm • Vector Voltmeter option, ideal for cable phase matching • Time Domain option for precise Time or Distance Domain diagnostics, includes Gated Time Domain, LP Processing, and Phasor Impulse mode • Detect and plot multiple signals simultaneous • 9 kHz - 20 GHZ Spectrum Analyzer • Detectors: Peak, Negative, Sample, Quasi-peak, and true RMS • Markers: 6, each with a Delta Marker, or 1 Reference with 6 Deltas • Built-in pre-selector for eliminating spurious in displays • Interference Analyzer Option: Spectrogram, Signal Strength, RSSI With the following OPTIONS: • (Option 2) Time Domain (includes Option 0501, Distance Domain) • (Option 15) Vector Voltmeter • (Option 25) Interference Analysis - provides a spectrogram display, signal strength with audible tone and RSSI (received signal strength indication) (requires external antenna) • (Option 27) Channel Scanner (requires external antenna) • (Option 77) Balanced/Differential S-Parameters, 1-port • (Option 509) AM/FM/PM Demodulation Analyzer The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-58 effective 18 May 2012. • FAR 52.211-6, Brand Name or Equal, which reads as follows: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) • FAR 52.204-7, Central Contractor Registration; • FAR 52.204-9, Personal Identity Verification of Contractor Personnel; • FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; • FAR 52.212-1, Instructions to Offerors -- Commercial Items; • FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items with Alt I; • FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Apr 2012); incorporating the following: • FAR 52.219-6, Notice of Total Small Business Set-Aside; • FAR 52.222-3, Convict Labor; • FAR 52.222-19 Child Labor - Cooperation With Authorities and Remedies; • FAR 52.222-21, Prohibition of Segregated Facilities; • FAR 52.222-26, Equal Opportunity; • FAR 52.222-36, Affirmative Action for Workers With Disabilities; • FAR 52.222-50, Combating Trafficking in Persons; • FAR 52.225-13, Restrictions on Certain Foreign Purchases; • FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • FAR 52.233-3, Protests After Award; • FAR 52.233-4, Applicable Law for Breach of Contract Claim; • FAR 52.247-34, F.o.b. Destination; • FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), which reads as follows: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause). • FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984), which reads as follows: (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. • DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; • DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION); • DFARS 252.211-7003, Item Identification and Valuation; • DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: • DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; • DFARS 252.225-7001, Buy American Act and Balance of Payments Program; • DFARS 252.232-7003, Electronic Submission of Payment Requests; • DFARS 252.247-7023, Transportation of Supplies by Sea, with Alt III; • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; • AFFARS 5352.201-9101, Ombudsman; • AFFARS 5352.242-9000, Contractor Access to Air Force Installations; • LOCAL CLAUSE H-850: THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF. Invoice Type: INVOICE AND RECEIVING REPORT (COMBO) *Contract Number: FA2823-12-P- _ _ _ _ *Delivery Order: TBD *Issue Date: TBD *Issue DODAAC: FA2823 *Admin DODAAC: FA2823 *Inspected By DODAAC/Ext: F1T0CY *Ship To Code/Ext: F1T0CY *Ship From Code: *Pay DODAAC: F03000 Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil (End of provision) Please provide DUNS or Cage Code, Shipping Point, and any charges for shipping on the response to this solicitation. Offerors must be registered in Central Contractor Registration (CCR) in order to be eligible for award. If your company is capable of providing this item, pricing and any product literature must be received NLT 12:00PM Central Time, 15 days from posting date. If you have any questions please contact Caroline Frank @ Caroline.Frank@eglin.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLERS/F1T0CY2101AG01/listing.html)
- Place of Performance
- Address: Eglin Air Force Base, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN02757533-W 20120526/120524235749-4a04651c1e743499d2cb37dc62f8cf45 (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 |